0% found this document useful (0 votes)
14 views77 pages

Tendernotice 1

Uploaded by

Gaurav Desale
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
14 views77 pages

Tendernotice 1

Uploaded by

Gaurav Desale
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 77

Page No.

PUBLIC WORK DEPARTMENT


TENDER DOCUMENTS

E – TENDER NOTICE NO. 548/ 2024-25

NAME OF WORK :- Construction of RCC Gutter and slab culverts on


road crossings at proper locations in Kanchan Nagar
area of Ward No.02

TENDER COST Rs.24,99,623.00


Earnest Money Deposit Rs. 24,996.00
Cost of Blank tender form Rs. 1500

Jalgaon City Municipal Corporation, Jalgaon


Sardar Vallabhbhai Patel Administrative Building,
Mahatma Gandhi Road, Neharu Chowk,
Jalgaon – 425001 (M.S.)
PHONE NO. (0257) 2222261/62/ 63/ 64/ 65
E-mail – [email protected]
Page No. 2

INDEX
Page No.
Sr. Chapter
From To
1. Detailed E – Tender notice including qualification criteria,
required annexure etc.
2. Declaration of the Bidders, Proforma statements etc.
3. Agreement form B (1) including tender for works,
memorandum and conditions of contract
4. General conditions
5. Additional conditions of work
6. General specifications
7. Schedule - A
8. Schedule - B
9. Drawings if any

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 3

Jalgaon City Municipal Corporation, Jalgoan


Public Work Department
E – Tender Notice No. 548 (2024-2025)
Online tenders (E-tender) in B-1 form for the following work are invited by the
Commissioner, Jalgaon City Municipal Corporation, Jalgaon on Maharashtra electronic
tender management system www.mahatenders.gov.in

Name of work :- Construction of RCC Gutter and slab culverts on road


crossings at proper locations in Kanchan Nagar area of
Ward No.02

Estimated cost put to tender :- Rs. 24,99,623.00


Earnest money :- Rs. 24,996.00
Period of completion of work :- 04 Months
Class of Bidder :- Class – 6 and above
Cost of Blank Tender form :- Rs.1500

Published Date 30-09-2024 17:00 PM Bid Opening Date 09-10-2024 17:00 PM

Bidding documents Bidding documents


downloading start on 30-09-2024 17:00 PM downloading end on 08-10-2024 17:00 PM
dated dated

Bid submission start on Bid submission end on


30-09-2024 17:00 PM 08-10-2024 17:00 PM
dated dated

Terms and conditions -

1. All eligible Bidders are mandated to get enrolled on e – tendering portal


www.mahatenders.gov.in.
2. Right to reject any or all tenders without assigning any reasons are reserved by
Commissioner, Jalgaon City Municipal Corporation, Jalgaon.

Sign /-xxx
Commissioner,
Jalgaon City Municipal Corporation, Jalgaon

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 4

Jalgaon City Municipal Corporation, Jalgaon


Public Work Department
Detailed E – Tender Notice No. 548 (2024-2025)
Online tenders (E – Tender) in B-1 form for the following work are invited by the
Commissioner, Jalgaon city Municipal Corporation, Jalgaon from the registered companies /
Bidders in appropriate class fulfilling the terms and conditions of the tender documents with
experience of similar type of works. The name of work, estimated cost, earnest money
deposit, security deposit, class of Bidder, time limit for completion of work, general terms
and conditions etc. are as under –

1. Name of work and details -

( All amounts in table should be in Indian rupees )


Time limit
for
Earnest
Sr. Estimated cost Security Class of completion
Name of work money
No. of work deposit Bidder of work
deposit
( In calendar
months )
Construction of
RCC Gutter and
slab culverts on
road crossings
04 Months
at proper 10% as Class – 6
1. 24,99,623.00 24,996.00 including
locations in per Bill and above
monsoon
Kanchan Nagar
area of Ward
No.02

2. The details of above works such as Earnest Money Deposit, Security Deposit, Terms &
Conditions of the Tender and Schedule B of works, are available on
www.mahatenders.gov.inweb Tenders for these works are to be submitted by e-
tendering system, for this purpose Bidders are required to register themselves with
https://mahatenders.gov.in Web portal. If any change occurs it will be communicated
on website.
3. Earnest money deposit –
Rupees 1% of cost of tender, if work amount is up to the Rs. 1.50 Cr. And if work amount
is more than Rs. 1.50 Cr., then it will be rupees of 0.50% of cost of tender or 1.50 Lakhs
whichever’s is more.
3.1. An earnest money deposit should be deposited in the account of Jalgaon City
Municipal Corporation in the form of online payment vide net banking only. Cheque
or cash will not be accepted and tender of those whom does not deposit earnest

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 5

money shall be summarily rejected. Tenderer must compulsory submit online EMD
receipt during submission of technical documents.
3.2. Exemption certificate will not be accepted, lieu of earnest money deposit to any of
contractor.
3.3. The amount of earnest money will be forfeited in case successful Bidder does not
pay the amount of initial security deposit (if any) within the time specified as
stipulated by the City Engineer and complete the contract documents.
3.4. After Tender opening, the EMD of the unsuccessful bidder will be returned to bank
account provided by the bidder during the bid submission as given in challan under
beneficiary account number on deciding about the acceptance or otherwise of the
tender. In case of successful tenderer, it will be refunded on his paying initial
Security Deposit and completing the tender documents in form B-1.
4. Time limit – As per above table.
5. Pre – bid Meeting – N.A. (Arranged for work above of Rs. 1.50 Cr.)
6. Date of issue of blank tender documents –Tender form available online for purchase
on GOM website www.mahatenders.gov.in from Dated up to 3.00 PM
7. Cost of blank tender documents – Tender documents may be purchased / downloaded
from www.mahatenders.gov.in for non-refundable fees of Rs. 1500/-(Including GST) in
the form of online payment only.
8. Date of submission of tender –The bid shall be submitted online through E-Tendering
system on www.mahatenders.gov.in for above work on or before dated to 3.00 PM.
9. Security deposit -
The total Security deposit to be paid shall be 10% (Ten percent) of amount put to tender.
9.1. The successful tenderer shall have to pay security deposit from running account
bills and final bill at the percentage stipulated in tender.
9.2. Returns of security deposit –
The entire security deposit of 10% of the tender cost shall be released as follows-
i) If defect liability period stipulated in tender is less than 1 year, then entire
security deposit will be released after one year of successful completion of the
work.
ii) If defect liability period stipulated in tender is more than 1 year, then 80% of
security deposit will be released after one year of successful completion of the
work and remaining 20% of security deposit will be released after defect liability
period is over.
10. Defect liability period -
Defect liability period for the work is clause no.20 in Table months from the date of
completion of the work.(As noted in clause no. 20)
11. Date of opening of tender –Received tenders will be opened online on dated at 3.00
PM in the office of City Engineer, Jalgaon city municipal corporation, Jalgaon, Mahatma
Gandhi road, Neharu chowk, Jalgaon – 425001 (M.S.)
12. Validity of offer – The offer shall remain open for one hundred and twenty (120) days
from the date of submission of tender or thereafter till Bidder withdraws his offer in
writing.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 6

13. Joint venture – Joint venture agreement in any form shall not be allow below Rs 25 Cr
work cost and will be allowed above Rs25 Cr.
14. Eligibility of tenderer –

14.1. The tenderer must have eligibility in term of similar type of work experience
during last Five years completed work cost as follows executed for Govt. or Semi
Govt. department.
A. Three Similar Type of work having work wise cost of each work at least 40% of
tender cost at price level 2023-24 (i.e. 3 Works)
B. Two Similar Type of work having work wise cost of each work at least 50% of tender
cost at price level 2023-24 (i.e. 2 Works)
C. One Similar Type of work having work wise cost of work at least 80% of tender cost
at price level 2023-24 (i.e. 1 Works)
Note – “Similar works” means the proposed tender work and allied works.

14.2. Bid capacity –As per GR No.CAT-2022/P.K-50/Ima 02 Dated 12-05-2022


Bidder who meets the minimum technical qualification criteria will be
qualified only if his available bid capacity is more than the total bid value.
The available bid capacity will be calculated as under –
Assessed available bid capacity = (A X N X 2.00) – B
Where:
A = Maximum value of completed civil engineering works (Annual turnover
executed on completed civil engineering works) in any one year during the
last five years (updated 2021-22 price level)
N = Number of years prescribed for completion of the works for which bid
are invited i.e. For 09 Months N = 1, for 6 months N = 0.5 etc.
B = Value of existing commitments (Updated on 2023-24 price level) and on-
going works to be completed during period of completion of the works for
which bids are invited. In support of this information should be submitted in
proforma Statement no. 01
Note –
 Turnover Certificate of Last Five Financial Year should be produced
and duly signed by Registered Chartered Accountant with UDIN
Number.
 The statement showing the value of existing commitments of
ongoing works during period of completion of the works for which
bids are invited for each of works
 Submission of false information results in blacklisting of the Bidder /
contracting agency.
 If support documents are not found uploaded, bid capacity will not
be taken into account which will result in disqualification for this
tenderer.
 Information submitted with supporting documents as per
format given in statements attached with this tender.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 7

 The statements showing the value of existing commitments and


on-going works as well as the stipulated period of completion
remaining for each of the works listed should be countersigned by
the Engineer- in- charge, not below the rank of an City Engineer
or equivalent. If authorized engineer. in charge not signed on
proforma statements attached with this tender then tenderer
should must attached all details given by authorized engineer in
charge and filled that information in format given in this tender
with tenderer sign & seal.
 Escalation factors (for the cost of works executed and Turnover
for financial figure to a common base value for works
completed)
Year before Multiply factor i.e. year
One 1.10 2023-24
Two 1.21 2022-23
Three 1.33 2021-22
Four 1.46 2020-21
Five 1.61 2019-20
 All statements / forms should be filled in and signed
properly and correctly. If these forms / statements found
incomplete wrongly filled or not signed then the Envelope No. 2
(Financial bid) will not be opened, Even though the bidder meet the
above qualifying criteria, they are subject to be disqualified.
15. Some of the important conditions of contract –
15.1. All Tenderer must note that after tender procedure completion the
successful Tenderer shall take out necessary Insurance Policy / Policies so as to
provide adequate insurance cover for execution of the awarded contract work from
the “Directorate of Insurance, Maharashtra State Mumbai” only. Its Postal address
for correspondence is “264, MHADA, First Floor Opp. Kalanagar, Bandra (East),
Mumbai - 400051.” (Telephone nos. 6438690/ 6438746 Fax. no.6438461).
Insurance policy/ policies taken out from any other Company will not be accepted.
If the above condition regarding insurance policy is not complied by the bidder then
recovery of labor insurance at the rate 1% of tender amount shall be made through
R.A. Bills.
15.2. GST shall be payable on the accepted contract value at prevailing rates
separately. Bidder shall quote his rates excluding GST Amount of GST at 2% will be
deducted at source (TDS)
15.3. As per rule of Employment Provident fund (EFP) Regulation act. 1952, bidder
should submit valid PF Registration Certificate. The EPF Registration as per
employment provident fund (EPF) Regulation act.1952 is mandatory. Without valid
EPF Registration along with latest paid challan paid by tenderer, tender will be
disqualified and will not be considered for opening of financial bid.
15.4. As per instructions issued vide PWD GOM resolution of revenue and forest
department gazette no. 146, dated 04/06/2021 and as per prevailing State

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 8

Schedule of Rates (S.S.R) royalty charges of required material consider while


framing the estimates. The Bidder has to pay these charges directly to Revenue
department and original challans, permission documents shall be produced to
concerned City engineer. If, Bidder fails to produce these original documents the
royalty charges shall be recovered from Bidder’s bill.
15.5. Payments of the work shall be made subject to availability of fund.
15.6. In the event of delay in intermediate payment, the Bidder/ agency shall not
delay /stop work, and the work shall be completed in the stipulated time period.
15.7. Jalgaon City Municipal Corporation will not bear any expenses other than
the cost quoted.
15.8. All work shall be carried out as per the specifications contained in the
standard specification.
15.9. All type of material testing shall be done as per specification in the presence
of representative of Jalgaon City Municipal Corporation.
15.10. If works requires the third party inspections from Government agencies,
then charges of third party inspections shall be paid by the bidder at own cost
initially, then after paid charges as per challans for third party inspections will be
paid to Bidder separately from Jalgaon City Municipal Corporation funds.
16. In case of asphalting works, Bidder should purchase asphalt from government
undertaking refineries.
17. Additional Performance Security Deposit –
In case lowest successful bidder’s offer found below the estimated cost put to
tender,in that case, the tenderer shall have to pay Additional Performance Security
deposit drawn in favors of the Commissioner, Jalgaon City Municipal Corporation,
Jalgaon(in form of Demand Draft /Fixed Deposit Receipt (F.D.R.) / Bank Guarantee (B.G.)
only) of listed Nationalized/ Schedule/ Corporate Bank to concern City Engineer strictly
within 8 (eight) days. In no case limit of 8 days will be increased from the date of
opening of financial bid i.e. 2nd envelope as specified below;
A. If Tenderer’s offer is up to 10% below the estimated cost put to tender, then
the Additional Performance Security deposit shall be 1% of the estimated cost
put to tender.
B. If Tenderer’s offer is up to 15 percent below the estimated cost put to tender,
Tenderer shall submit 1% plus the percentage by which tender offer is more than
10% below of amount put to tender. (e.g. if tenderer offered 14% below they have
to submit (14% -4%= 10%) + 1 % i.e. total 5% of estimated cost put to tender) or
minimum Rs. 1000/- whichever is higher.
C. If Tenderer’s offer is more than 15 percent below the estimated cost put to tender,
Tenderer shall have to submit Additional Performance Security Deposit as specified
below –
e.g. if tender offered 19 % below then tenderer have to submit (19-15%=4%x2=8%)

1. For offer up to 10% below the estimated cost put to tender 1%


For offer up to 15% below the estimated cost put to tender
2. 5%
(15%- 10% = 5%)

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 9

More than 15% below tenderer have to submit


3. 8%
(19 - 15% = 4% X 2= 8%)
Total (1%+ 5% + 08%) 14%
D. If the calculated amount of additional Performance Security deposit is less than Rs.
1000/- then the performance security deposit shall be Rs. 1000/- minimum of the
estimated cost put to tender.
E. Amount of Additional Performance Security Should be rounded up to two decimals
only.
F. All above Demand Draft /F.D.R. / B.G. shall be either of Government Bank or
Scheduled Bank drawn in favors Commissioner, Jalgaon City Municipal Corporation,
Jalgaon only. In respect of Demand Draft / F.D.R. / B.G. it’s duly mentioning the
MICR and IFSC code of said bank shall be mentioned specifically on the said Demand
Draft / F.D.R. / B.G.
G. Successful Tenderer’s Additional Performance Security will be refunded immediately
after the Certificate of satisfactorily completion of works issued by City Engineer
JMC. In all other cases additional Performance Security shall be forfeited to
Government.
H. In case of lowest successful bidder whose offer found more than 1% below fails or
neglects to deposit the Additional performance Security within 8(eight) specified
days, then his EMD shall be forfeited to JMC and 2ndlowest tenderer will become
lowest and will be negotiated for award of work.
I. The said amount of Additional Performance Security shall not carry any interest
what’s ever.
18. Income tax –
The income tax @ 2% and surcharge thereon or at the rates amended from time to time
or as intimated by the competent income tax authority shall be deducted from bill
amount, whether measured bill, advance payment or secured advance.
19. The bidder must submit affidavit on Rs.100/- Stamp paper stating ,submitted
documents are true, correct and complete as per given in Annexure 1.
20. Declaration of the Bidder –
As per attached Annexure – 6 Bidder shall be duly signed annexure 6 and submitted with
the tender document.
21. Examination of drawing and site –
The tenderers shall in his own interest carefully examine the drawings, conditions of
contract and specifications etc. He shall also inspect the site and acquaint himself about
the climate, physical and all weather conditions prevailing at site, the nature magnitude,
special features, and practicability of the works. All existing and required means of
communications and access to site, availability of housing and other facilities, the
availability of labour and materials, labour camp site, stores, go down etc. He shall
obtain all necessary information as to the risk, contingencies and other circumstances
which may affect and influence the tender. No claims on any of the above or any other
factors will be entertained by the Jalgaon city municipal corporation. If there should
there be any discrepancy or doubt or obscurity to be observed by him, he shall set forth

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 10

in writing such discrepancies, doubts, obscurity and submit the same to the
Commissioner, Jalgaon City Municipal Corporation, Jalgaon.
22. The tender shall be unconditional Conditional tender shall be summarily rejected.
23. Corrupt or Fraudulent Practices-
The Corporation requires that the bidders/suppliers/ Bidders under this tender observe
the highest standards of ethics during the procurement and execution of such contracts.
In pursuance of this policy, the Corporation defines for the purposes of this provision,
the terms set forth as follows:

a) “Corrupt practice” means the offering, giving, receiving or soliciting of


anything of value to influence the action of the public official in the procurement
process or in contract execution; and

b) “Fraudulent practice” means a misrepresentation of facts in order to


influence a procurement process or an execution of a contract to the detriment
of the Corporation, and includes collusive practice among bidders (prior to or after bid
submission) designed to establish bid prices at artificial non-competitive levels and to
deprive the Corporation of the benefits of the free and open competition;

The Commissioner JMC Jalgaon will reject a proposal for award if it determines that
the Bidder recommended for award has engaged in corrupt or fraudulent practices
in competing for the contract in question; The Corporation will a firm ineligible,
either indefinitely or for a stated period of time, to be awarded a contract if it
at any time determines that the firm has engaged in corrupt and fraudulent practices
in competing for, or in executing, a contract.

24. Method of submission-


The tenderers desirous of tendering for these works are required to submit their
offers online on www.mahatenders.gov.in
24.1. Envelop no. 01 (Technical bid) –The first envelop “Envelop no. 01” shall
contain the following documents.
24.1.1. The cost of bidding documents and bid security (EMD) will be paid via online
mode as prescribed in this tender notice. This payment shall be made only
from the authorized bank account of the bidder and bidder shall upload the
scanned copy of screen shot of such payment made online.
24.1.2. Scanned from original copy of Certificate of registration as approved Bidder
in the appropriate class for tender cost up to Rs.150 lacks and As per G.R
No.िस.ए.टी-1096/ . .172/इमा-2 िद.16.08.2017 Registration Certificate is not
mandatory for work above Rs.150 lacks.
24.1.3. Scanned from original copy of Certificate of Professional tax registration
certificate with latest paid challan.
24.1.4. Scanned from original copy of Certificate of GST registration.
24.1.5. Scanned from original copy of updated Employees provident fund
registration certificate with latest paid challan.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 11

24.1.6. Scanned from original copy of PAN card.


24.1.7. Tenderer must not be a black-listed Bidder anywhere in executing of any
type of work, Scanned copy of Affidavit regarding this submitted on Rs. 100/-
stamp paper as per prescribed Performa given in Annexure- 5 sworn before by
notary or before The Executive Magistrate of declaration of this be produced
by tenderer.
24.1.8. The Scanned from original copy of affidavit regarding completeness,
correctness and truthfulness of documents submitted on Rs. Rs. 100/- Stamp
paper as per(GR No.CAT 2022/P.K 50/Ima02 Dated 11-05-2022) prescribed
Performa given in Annexure- 1sworn before notary or before executive
magistrate Executive Magistrate.
24.1.9. Scanned from original authorized signed papers showing eligibility of
tenderer as mentioned in sections of this tender notice a) similar type of works
(Details of similar type and magnitude carried out by the tenderer as proforma
Statement no. 02 attached with the tender with the certificate from head
office concerned), b) turnover certificates, c) bid capacity.
24.1.10.Details of Plant and machinery immediately available with the tenderer for
exclusive use on this work as per proforma Statement no. 03 attached with the
tender. If tenderer used some hired machinery for works then tenderer also
should enclosed a scanned copy of original an affidavit by notary or before
Executive Magistrate on Rs.100/- stamp regarding hired machinery as per
proforma annexure – 4 attached with tender.
24.1.11. Details of technical persons with name, qualification, designation and
experience who will be exclusively spared for this work by the tenderer as per
proforma Statement No. 04 attached with the tender.
24.1.12. In case of asphalting road, The tenderer should enclosed a scanned copy of
original an affidavit by notary or before executive magistrate on Rs.100/-
stamp regarding Hot mix with within 60 kms of radius from center of proposed
work with verification by City Engineer as per proforma annexure - 2 attached
with the tender.
24.1.13. In case of asphalting road, If cost of work is more than rupees 150 lakhs
then tenderer compulsory to have its own hot mix plant within 60 kms of
radius from center of proposed work and if cost of work is less than rupees 150
lakhs then tenderer may hired from other register supplier which also hot mix
plant located within 60 kms of radius from center of proposed work and
submit copy of original an affidavit by notary or before executive magistrate on
Rs. 100/- stamp regarding about this hired as per proforma annexure – 3
attached with the tender including machinery documents.
24.1.14. In case of Partnership firm, attested copy of partnership deed and power of
attorney to a authorized person to participate and signed the tender
documents should be attached.
24.1.15. Scanned from original copy of Turn over duly certified by the chartered
accountant with UDIN number.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 12

24.1.16. Bidder Should be provide Annexur 1,2,3,4,5,6,7 & Appendix -L with


said work.
24.1.17. Tenderer will have to produce a valid and current license issued in
his favor under the provision of Contract Labour (Regulation and Abolition Act,
1973)

If the various documents contained in this envelop do not meet the


requirements stated above, a note will be recorded accordingly by the
tender opening authority and the financial bid of such tenderer will not be
considered for further action and the same will be rejected. Also tender will
be liable for rejection if bidder mention his commercial offer anywhere in
the technical bid.
The original documents of technical bid shall be verified before opening
financial bid.
Please note that technical bid and financial bid both shall be uploaded
online only as specified.
25. Opening of tenders –
On the date specified in the tender schedule, following procedure will be adopted
for opening of the tender.
25.1. Envelop no. 01 ( Technical documents )
First of all Envelope No.1 of the tender will be opened online to
verify its contents as per requirements. If the various documents contained
in this envelope do not meet the requirements of the Department, a note
will be recorded accordingly by the tender opening authority and the said
tenderer’s Envelope No.2 will not be considered for further action and the
same will be recorded.
The decision of the tender opening authority in this regard will be final and
binding on the Bidders.
25.2. Envelop no. 02 ( Financial bid )
This envelope shall be opened immediately after opening online of
EnvelopeNo.1, only if contents of Envelope No.1 are found to be acceptable
to the Department, the tendered rates in percentage above/below the
estimated rates shall then be read out in the presence of bidders who
remain present at the time of opening of Envelope No. 2. (financial bid)
25.3 Commissioner, Jalgaon city municipal corporation, Jalgaon reserves full
rights to reject any or all tenders without assigning any reason and the same
shall be at the entire description of Commissioner, Jalgaon city Municipal
Corporation, Jalgaon and Commissioner’s decision in this respect shall be
final and binding.

Sd/-xxx
Commissioner,
Jalgaon City Municipal Corporation, Jalgaon

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 13

Annexure - 1
Affidavit (As per G.R No.CST-2022/Pra. Kra 50/Ima-2 Dated 11-05-2022)
(Affidavit on stamp paper of Rs. 100/- registered before the Notary or Executive Magistrate)

NAME OF WORK :– --------------------------------------------------------------------------------------


-----------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------

I -------------------- age---------------- address --------------- (Authorized signatory to sign

the contract), hereby submit, vide this affidavit in truth, that I am the owner of the

contracting firm ------------------ / authorized signatory and I am submitting the documents in

envelop no. 1 for the purpose of scrutiny of the contract. I hereby agree to the conditions

mentioned below:-

1. I am liable for action under Indian Penal Code for submission of any false /

fraudulent paper / information submitted in envelope no. 1.

2. I am liable for action under Indian Penal Code if during contract period and defect

liability period, any false information, false bill of purchases supporting proof of

purchase, proof of testing submitted by my staff or by myself, I will be liable for

action under Indian Penal Code.

3. I am liable for action under Indian Penal Code if any paper are found false /

fraudulent during contract period and even after the completion of contract

(Finalization of Final bill).

(Signature of Bidder)

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 14

Performance Bank Guarantee

To,
The Commissioner,
Jalgaon Municipal Corporation, Jalgaon
Sardar Vallabhbhai Patel Administrative Building,
Mahatma Gandhi Road, Neharu Chowk,
Jalgaon – 425001 (M.S.)

WHEREAS -------------------------- [name and address of Bidder] (hereafter called “The Bidder”)
has undertaken, in pursuance of Contract No. ------------------- Dated to execute ----------
----------- [name of Contract and brief description of Works] (hereinafter called “the Bidder”)

AND WHEREAS we have agreed to give the Bidder such a Bank Guarantee.

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you on
behalf of the Bidder, up to a total of ------------------------- [amount of guarantee]* ----------------
------ (in words), such sums being payable in the types and proportions of currencies in which
the Contract Price is payable, and we undertake to pay you, upon your first written demand
and without cavil or argument, any sum or sums within the limits of --------------------------------
------ [amount of guarantee] as aforesaid without your needing to prove or to show ground
or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Bidder before
presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the
Contract or of the Works to be performed there under or of any of the Contract documents
which may be made between you and the Bidder shall in any way release us from any
liability under this guarantee, and we hereby waive notice of any such change, addition or
modification.

This guarantee shall be valid from work order date till 28 days from the date of expiry of the
Defect Liability Period.

Signature and Seal of the Guarantor ------------------


Name of Bank -----------------------------------------------
Address -------------------------------------------------------
Date ------------------------------------------------------------

* An Amount shall be inserted by the Guarantor, representing the percentage the contract
price specified in the Contract including additional security for unbalanced Bids, if any and
denominated in Indian Rupees.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 15

Annexure – 2
Affidavit
(Separate for each wok)

(Affidavit on stamp paper of Rs. 100/- registered before the Notary or Executive magistrate)

NAME OF WORK :– --------------------------------------------------------------------------------------


-----------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------
I/We the undersigned, hereby undertake that for the work ----------------------------------
---------------------------------------------------, we have our owned (compulsory if amount of work is
more than Rs.150 lakhs / hired (if only work amount is below than Rs. 150 lakhs) Drum Mix
Plant/Batch Mix Plant located at --------------------------------------- in working condition. This
plant is located at such a location (within radius of 60 kms by road from center of proposed
work) that required hot mix material can reach the at site with appropriate & specified
temperature as per the latest Govt. Circular & Published by M.O.R.T. & H New Delhi latest
Specifications.
I am liable for action under Indian contract act and Indian Penal Code if above
information are found false / fraudulent.

(Bidder signature)
Date -

Place - (-----------------------------)

Witness -
Name –
1.
Address -
Name –
2.
Address -
Verification letter
Shri. / M/s. ---------------------------------------------------------, Submitted affidavit
attached herewith. The information submitted in the affidavit is checked by me and found
correct as per my knowledge.
The asphalt plant is located within 60 kms from proposed work location. Therefore
no objection to consider the affidavit.

City Engineer,
Date - Jalgaon City Municipal Corporation,
Jalgaon

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 16

Annexure – 3
Affidavit
(Separate for each wok)

(Affidavit on stamp paper of Rs. 100/- registered before the Notary or Executive magistrate)

NAME OF WORK :– --------------------------------------------------------------------------------------


-----------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------

An agreement for hire of hot mix plant for execution of asphalting road work.
Party 1 – Name :- _________________
An agreement between -
Party 2 - Name :- _________________

Whereas,
The second Party intends to submit his tender for the work of Jalgaon city
municipal corporation, Jalgaon. Where in the use of hot mix plant (hot mix plant must
located within distance of 60 kms of radius from center of proposed work) for asphalting is
made obligatory on the party of the intending tenderer for submission of the fleet of such
requisite plant. He intends to seek it from the register first party on hire who is already in
possession of above plant. The first party will make the plant available to the second party at
any time as per his requirement and as per terms and condition sentered hereinafter as
under.
The second party shall have to pay the hire charges for the use of the said plant on
his contracted work on plant hour basis at the rate mutually agreed upon from time to time
during the currency of the contract.
This agreement is made only for the work of -----------------------------------------------------
--------------------------------------------------------------------------------------------------------------------------.

Signed and delivered by


Within named as parties Party 1 – Signature- ---------------------------------
In the presence of Party 2 - Signature- ---------------------------------

1.---------------------------------------
2.---------------------------------------

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 17

Annexure – 4
Affidavit
(Separate for each wok)

(Affidavit on stamp paper of Rs. 100/- registered before the Notary or Executive magistrate)

NAME OF WORK :– --------------------------------------------------------------------------------------


-----------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------

An agreement for hire of machinery as per statement no. 02 for execution of this
work.
Party 1 - Name :- ______________________
An agreement between -
Party 2 - Name :- ______________________

Whereas,
The second Party intends to submit his tender for the work of Jalgaon city
Municipal Corporation, Jalgaon. Where in the use of machinery for this work is made
obligatory on the party of the intending tenderer for submission of the fleet of such requisite
plant. He intends to seek it from the register first party on hire who is already in possession
of above machinery. The first party will make the machinery available to the second party at
any time as per his requirement and as per terms and condition centered hereinafter as
under.
The second party shall have to pay the hire charges for the use of the said plant on
his contracted work on machinery hour basis at the rate mutually agreed upon from time to
time during the currency of the contract.
This agreement is made only for the work of -----------------------------------------------------
--------------------------------------------------------------------------------------------------------------------------.

Signed and delivered by


Within named as parties Party 1 - Signature- ---------------------------------
In the presence of Party 2 - Signature- ---------------------------------

1.------------------------------------------
2.------------------------------------------

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 18

Annexure – 5

Affidavit
(Separate for each wok)

(Affidavit on stamp paper of Rs. 100/- registered before the Notary or Executive magistrate)

NAME OF WORK :– --------------------------------------------------------------------------------------


-----------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------
I, ------------------------------------------ sole proprietor / partner / authorized signatory of
M/s. ------------------------------------------------ sole proprietorship / partnership / firm / public /
private limited company, having its principal place of business / registered office at ------------
------------------------------------------------------ (Full address) do hereby solemnly affirm and
declare as under –

1. That I am the sole proprietor of M/s ------------------------------------------------------- /

Or

That ours is partnership firm having partners as under –


Full name of partners –
a) -----
b) -----
c) -----
d) -----

Or that ours is a private limited / public limited company incorporated in terms


of the provisions of the companies act, 1956 / Companies act, 2013. (Deleted
which is not applicable while typing affidavit) If proprietorship a registration
certificate for the same / if partnership firm, partnership deed is to be enclosed.
If private limited / public limited company, certificate of incorporation and
memorandum and articles of the association to be submitted. All the partner /
directors should sign the affidavit or the person authorized by all the partners or
the directors duly authorized by board resolution in case of company is to be
enclosed.

2. That I hereby confirm and declare that my / our firm / company M/s. ---------------
---------------------------- is not blacklisted / or debarred with any company of
private / public ltd. Or government department from participating in the tender
as on date.

3. That I hereby confirm and declare that my / our firm / company M/s. --------------
--------------------------------- is / are not charge sheeted for any criminal act of theft.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 19

4. That I further undertake that in case of the facts sworn is as mentioned above
and any particulars mentioned in our application is found other-wise or incorrect
or false at any stage, my / our firm / company shall stand debarred from the
present and future tender of the Jalgaon municipal corporation, Jalgaon.
Besides, Jalgaon city municipal corporation shall be entitled to take all such
actions as may be deemed fit including termination of contract, if awarded,
without any claim for any compensation whatsoever on account of such
premature closure of the contract.

5. I know that to swear a false affidavit is a crime under the law and with such
knowledge only I have swear the this affidavit.

(Signature of the proprietor / Managing partner / Director with seal)

Deponent

Verified at ----- on -------- that the contents of paras 1 to 5 of this affidavit are
true and correct and no part of this is false and nothing material has been
concealed or falsely stated therein.

(Signature of the proprietor / Managing partner / Director with seal)

(Signature and seal of notary or Executive magistrate)

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 20

Annexure – 6

DECLARATION OF THE BIDDER

NAME OF WORK – …………………………………………………………………………

I/We hereby declare that I/We have made myself/ourselves thoroughly conversant with the
sub-soil conditions, the local conditions regarding all materials (such as stone, murum, sand,
etc.) and labour on which I/We have based my/our rates for this work. The specifications,
conditions, bore results and lead of materials on this work have been carefully studied and
understood by me/us before submitting this tender. I/We undertake to use only the best
materials approved by the City Engineer or his duly authorized assistant, before starting the
work and to abide by his decision.
I/We hereby further declare that my/our tender is unconditional in every manner of
whatsoever in nature.

I/We hereby undertake to pay the labourers engaged on the work as per minimum wages
Act, 1948 applicable to the zone concerned.

I/We have quoted my/our offer in percentages rate in words as well as in figures. I/We
further undertake to enter in to contract in regular “B (1)” form in Jalgaon city municipal
corporation, Jalgaon.

All pages of this tender documents read and agreed by me.

Name and signature of Bidder

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 21

Annexure – 7
Undertaking as per Maharashtra Municipal Corporation Act – 2012 Under section 10 (F)

Certificate

This is to certify that I/We------------------------------------------------------------

submit the tender for the work----------------------------------------------------------------

------------------------------------------------------------------------ Here I/We declared

that the Honorable Mayor , Deputy Mayor , Chairman/ Chairperson of

Standing committee & other committees & their Members, Corporators, of

Jalgaon Municipal Corporation Jalgaon have no partnership or any other part

directly or indirectly for this work with me or with our firm.

---------------------------

Signature of Bidder

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 22

APPENDIX – L

(Ref – Government of Maharashtra Water Resources Departments Marathi Government


Resolution corrigendum no.3- Nivida 0417/Case no.247/MP-I, dated 05 th July 2022)

Certificate of Geo - Tagging

1. Name of Work :- -----------------------------------------------------------------------------------------

----------------------------------------------------------------------------------------------------------------

2. Tender Notice No.----------------------------------------------------------------------------------------

3. Name of person Visiting The Site---------------------------------------------------------------------

----------------------------------------------------------------------------------------------------------------

4. Date of Visit -----------------------------------------------------------------------------------------------

5. Time of Visit -------------------------------------------------to-------------------------------------------

I have uploaded geo – tagged photo in Envelope no.01 along with this Certificate.

I have visited/ studied scope of work site condition verified provision term in tender
document resources available and difficulties /restriction of site in all respect.

Tenderer Signature :-------------------------------

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No.23

Proforma
Statement no. 01

Details of work tendered for and in hand as on the date of submission of this tender.
Name of the tenderer –
Work in hand Work tendered for
Anticipated Stipulated
Sr. Place & Cost of Date when
Name of work Tendered date of Estimated date or Remark
No. Country remaining decision is
cost completion cost period of
work expected
completion
1 2 3 4 5 6 7 8 9 10
Page No.24

Proforma
Statement no. 02

Details of works of similar type and magnitude carried out by the Bidder.
Name of the tenderer –
Sr. Stipulated date Actual date of
Name of work Cost of work Date of starting Remarks
No. of completion completion
1 2 3 4 5 6 7
Page No.25

Proforma
Statement no. 03
Details of Plants and Machinery (Own/Hire) immediately available with the tenderer for work.
Name of the tenderer –
Sr. Remarks
Name of equipment Number of units Kind and make Capacity Age and Condition Present location
No. (Own / Hire)
1 2 3 4 5 6 7 8

Sr. No. Name of machinery Number of units


A. Concrete Road Work
1 Static roller 8 to 10 ton / smooth wheeled power roller with SCADA enable system Minimum 2 Number
2 Tippers / Trucks / Tractors Minimum 2 Number
3 Water tanker Minimum 1 Number
4 Concrete mixer with SCADA enable system Minimum 1 Number
5 Sand screening cum washing unit electrically or diesel operate of 4 to 6 cu. m. per hours capacity Minimum 1 Number
6 Guide channel for confinement Minimum 8 Number
7 Plate vibrator mounted on girder Minimum 2 Number
8 Vacuum pump Minimum 1 Number
9 Surface vibrator Minimum 1 Number
10 Diamond cutter for cutting expansion joint Minimum 1 Number
11 Diesel generator ( 15kv capacity ) Minimum 2 Number
12 Paver finisher machine with SCADA enable system Minimum 2 Number
13 Vibratory road roller with SCADA enable system Minimum 2 Number
14 Broom machine Minimum 1 Number
15 Transit Mixer Minimum 2 Number
16 Needle Vibrator Minimum 2 Number
17 Dewatering pump Minimum 1 Number
18 Excavator / Dozer Minimum 1 Number
19 RMC Plant Within 15Km. Range Minimum 1 Number
20 Soil Compactor Minimum 1 Number
21 Self Loading Concrete Mixer with Scada enable system Minimum 1 Number
22 Concrete Fixed Form Pevar Machine 7.5 meter Minimum 1 Number
Page No. 26

B. Bitumen Work
1 Static roller 8 to 10 ton / smooth wheeled power roller with SCADA enable system Minimum 2 Number
2 Tippers / Trucks / Tractors Minimum 2 Number
3 Water tanker Minimum 1 Number
4 Hot mix bitumen plant with with SCADA enable system (Capacity 90 To 120 TPH) Minimum 1 Number
5 Paver finisher machine with SCADA enable system Minimum 2 Number
6 Vibratory road roller with SCADA enable system Minimum 2 Number
7 Bitumen Auto Sprear Browser 10 MT Registered Minimum 3 Number
8 Broom machine Minimum 1 Number
9 Excavator / Dozer Minimum 1 Number
C. R.C.C Gutter Work
1 Water tanker Minimum 1 Number
2 Concrete mixer with SCADA enable system Minimum 1 Number
3 Sand screening cum washing unit electrically or diesel operate of 4 to 6 cu.m. per hours capacity Minimum 1 Number
4 Needle Vibrator Minimum 2 Number
5 Centering Plate / Form Work Minimum 150 Metter
D. Chainlink Fencing Work
1 Water tanker Minimum 1 Number
2 Concrete mixer with SCADA enable system Minimum 1 Number
3 Sand screening cum washing unit electrically or diesel operate of 4 to 6 cu. m. per hours capacity Minimum 1 Number
4 Needle Vibrator Minimum 2 Number
5 Centering Plate / Form Work Minimum 150 Metter
6 Surface vibrator Minimum 1 Number

Note :-

1.
2.
3.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No.27

Proforma
Statement no. 04

Details of Technical persons available with the Bidder for work


Name of the tenderer –
Period for which
Experience of
Sr. Whether working the person is
Name of person Qualification execution of Remarks
No. in field or office working with
similar works
the tenderer
1 2 3 4 5 6 7
Page No.28

Form B (1)
Jalgaon City Municipal Corporation, Jalgaon
Percentage Rate Tender and Contract for Works
General Rules and Directions for the Guidance of Bidders

1. All works proposed to be executed by contract shall be notified in a form of invitation to


tender pasted on a board hung up in the office of the city Engineer and signed by the
Commissioner. It will be also published in newspapers.
This form will state the work to be carried out as well as the date of submitting and
opening tenders, and the time allowed for carrying out the works, also the amount of
earnest money to be deposited with the tender and the amount of the security deposit
to be deposited by the successful tenderer and the percentage, if any to be deducted
from bills. It will also state whether a refund of quarry fees, royalties dues and ground
rents, will be granted Copies of the specifications, designs and drawing estimated rates,
scheduled rates and any other documents required in connection with the works shall
also be open for inspection by Bidders at the office of the purpose of identification and
shall also be open for inspection by Bidders at the office of the city Engineer during
office hours.
Where the works are proposed to be executed according to the specifications
recommended by a Bidder and approved by a competent authority on behalf of the
Municipal Corporation of Jalgaon, such specification with design and drawing shall form
part of the accepted tender.
2. In the event of the tender being submitted by a firm, it must be signed separately by
each partner there of or in the event of the absence of any partner, it shall be signed on
his behalf by a person holding a power of attorney authorizing him to do so.
2.1. i) The Bidder shall pay along with the tender the Earnest Money Deposit. The Bidder
may pay the said amount only VIA online payment mode in favor of Commissioner,
Jalgaon City Municipal Corporation, Jalgaon. The said amount of earnest money shall
not carry an interest what so ever.
ii) In the event of his tender being accepted subject to the provision of sub clause.
iii) Below, the said amount of earnest money shall be appropriated towards the amount
of security deposit payable by him under conditions of General Conditions of contract.
iv) If after submitting the tender the Bidder withdrawn his offer, or modifies the same
or if, after the acceptance of his tender the Bidder fails or neglects to furnish the
balance of security deposit without prejudice to any other rights and Powers of the
Jalgaon City Municipal Corporation hereunder or any law, Jalgaon City Municipal
Corporation shall be entitled to forfeit the full amount of the earnest money deposited
by him.
v) In the event of his tender not be accepted, the amount of earnest money deposited
by the Bidders shall unless, it is forfeited under the provisions of Sub-clause (iii) above,
be refunded to him on his passing receipt therefore.
3. Receipts for payments made on account of any work, When executed by a firm should
also be signed by all the partners except where the Bidders are described in their tender
Page No. 29

as a firm, in which case the receipt shall be signed in the name of the firm by one of the
partners, or by some other person having authority to give effectual receipts for the
firm.
4. Any person who submits a tender shall fill up usual printed form, stating at what
percentage above or below the rates specified in Schedule - B (memorandum showing
items of work to be carried out) he is willing to undertake the work. Only one rate or
such percentage on the entire estimated rates/Schedule rate shall be named. Tender,
which propose any alteration in the works specified in the said form of invitation to
tender or in the time allowed for carrying out the work or which contain only other
conditions of any sort will be liable to rejection. No printed form of tender shall include a
tender more than one work but Bidders who wish to tender for two or more works; they
shall submit a separate tender for each. Tender shall have the name and number of the
work to which they refer, written outside the envelope.
5. The Commissioner or his duly authorized officer shall open tenders in the presence of
Bidders who have submitted tenders or their representative who may be present at the
time and he will enter the amounts of the several tenders in a comparative statement in
a suitable form. In the event of a tender being accepted, the Bidder shall for the purpose
of identification sign copies of the specifications and other documents mentioned in
Rule 1. In the event of tender being rejected, the competent officer shall authorize the
Account officer concerned to refund the amount of the earnest money deposited to the
Bidder making the tender, on his giving a receipt for the return of the money.
6. The Commissioner, JCMC, Jalgaon have power to dispose of the tender. Shall have the
right of rejecting all or any or any part of the tender.
7. No receipt for any payment alleged to have been made by a Bidder in regard to any
matter relating to the tender or the contract shall be valid and binding on The Jalgaon
Municipal Corporation, Jalgaon unless it is signed by the City engineer.
8. The memorandum of work to be tendered for all the schedule of materials to be
supplied by The Jalgaon Municipal, Jalgaon and their rates shall be filled in the
completed by the office of City Engineer, before the tender form is issued. If a form
issued to an intending tenderer has not been so filled in and completed, he shall request
the said office to have this done before he completed and delivers his tender.
9. All work shall be measured by standard measure and according to the rules and customs
of the Jalgaon City Municipal Corporation, Jalgaon without reference to any local
custom.
10. Under no circumstances shall any Bidder be entitled to claim enhanced rates for items in
this contract.
11. Every registered Bidder should produce along with his tender certificate of registration
as approved Bidder in the appropriate class and renewal of such registration with date
of expiry as applicable.
12. All corrections and additions or pasted slips should be initialed.
13. The measurements of work will be taken according to the usual methods used in the
Jalgaon city municipal corporation, Jalgaon and no proposals to adopt alternative
methods will be accepted. The City Engineer's decision as to what is the usual method in
use in the Jalgaon city municipal corporation will be final.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 30

14. The tendering Bidder shall furnish declarations along with the tender showing all works
for which he has already entered in to contract, and the value of the work that remains
to be executed in each case on the date of submitting the tender.
15. In view of the difficult position regarding the availability of foreign exchange, no foreign
exchange would be released by the Department for the purchase of plant and machinery
required for the execution of the work contracted for. (GCD/PWD/CFM/1058/62517, Of
dated 26/05/1959)
16. J.M.C. should not be responsible for any injury or death and its reimbran cement of
contractor staff and labour. Bidder will be fully responsible for such accidental incident.
17. The Bidder will have to construct shed for storing controlled and valuable material at
site on his own risk. JMC is not responsible for damage or loss by any type of any
construction material.
18. The Bidder shall also give a list of machinery in their possession or hire and which they
propose to use on the work in proforma Statement No. 03 with necessary documents.
19. Every registered Bidder should furnish along with tender a statement showing previous
experience and technical staff employed by him in proforma Statement No. 04 with
necessary documents.
20. The tendering Bidder shall furnish a declaration along with a tender showing all works
for which he is already in the contract and the value of work that remains to be executed
in each contract on the date of submitting the tender as proforma no.01.
21. The Bidder will have to make payment to the labours as per wages permitted in
Minimum Wages Act.
22. The Bidder shall comply with the provisions of Labour Act, PPF, ESI, Insurance and other
statutory compliance from time to time. If he fails to do so, his failure will be a breach of
a contract and the Jalgaon Municipal Corporation, Jalgaon may in his discretion cancel
the contract. The Bidder shall also be liable for any pecuniary liability arising on account
of any violation by him of the provisions of the Act.
23. In case of asphalting works, Bidder should submit original asphalt purchase challan from
Government undertaking refineries along with concerned bills of work otherwise bills
will not be paid.
24. All Statutory taxes, penalty, fine and any other recovery will be recovered from
contractor bill / security deposit.
25. Contractor should not be allowed to used JMC electricity, machinery, vehicles, water etc.
if found charges will be recovered from bill as decided by City Engineer.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 31

Envelope No.02 PRICE BID


TENDER FOR WORKS

1. I/We hereby tender for the execution for the Jalgaon city The tenderer
municipal corporation, Jalgaon of the work specified in the shall quote his
underwritten memorandum within the time specified in such offer through
online bidding
memorandum at* ____________________________________
process only.
___________________________________________________ *In figures as
______________________________ Per cent Below/above well as in
the estimated rates entered in Schedule - B (Memorandum words in Indian
showing items of work to be carried out) and in accordance in rupees only.
all respects with the specifications, designs, drawing and
instructions in writing referred to in Rule 1 thereof and in
Clause 12 of the annexed conditions of contract and agree that
when materials for the work are provided by the Jalgaon city
municipal corporation, Jalgaon, such materials and the rates to
be paid for them shall be as provided in Schedule - A hereto.

Note - Memorandum should attached on next page

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 32

MEMORANDUM
A. (A) If several sub
Construction of RCC Gutter and slab culverts on works are included
road crossings at proper locations in Kanchan they should be
Nagar area of Ward No.02 detailed in a separate
list.

B. Estimated cost Rs. 24,99,623.00/- -


C. Earnest money Rs.24,996.00/- C) The amount of
earnest money to be
deposited shall be in
accordance with the
provisions of paras of
the P.W.D. Manual

D. Security deposit 10% as per Tender The security deposit


Condition shall be accordance
with decision by City
engineer
Percentage, if any, to be 10 (Ten) Percent E) This percentage
deducted from bills and by where no security
cash so as to makeup the deposit is taken in
total amount required as advanced.
security deposit by the
time, half the work, as
measured by the costs, is
done.

E. Time allowed for the work 04 Months F) Give schedule


from date of written order (Including Monsoon) where necessary
to commence. showing dates by
which the various
items are to be
completed.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 33

2. I / We agree that this offer shall remain open for acceptance for a minimum
period of 120 days from the date fixed for opening the "same” means
envelope No.2 and thereafter until it is withdrawn by me/us by notice in
writing duly addressed to the authority opening the tenders and sent by
registered post A. D. or otherwise delivered at the office of such authority.
Receipt No. …………………………, Dated …........................... in / or Term Deposit
Receipt for a period of one year receipt No. ………………………… dated
………………………. in respect of sum of Rs. 1,50,000/- representing the earnest
money is herewith forwarded. The amount of earnest money shall not bear
interest and shall be liable to be forfeited to the Jalgaon city municipal
corporation, Jalgaon should I/We fail to (i) abide by the stipulation to keep the
offer open for the period mentioned above or (ii) Sign and complete the
contract documents as required by the City Engineer and furnish the security
deposit as specified in item (d) of the memorandum contained in paragraph (i)
above within the time limit laid down in Clause (1) of the annexed General
conditions of contract. The amount of earnest money may be adjusted
towards the security deposit or refunded to me/us if so desired by me/us in
writing, unless the same or any part thereof has been forfeited as aforesaid.
3. Should this tender be accepted I / We here by agree to abide by and fulfill all
the terms and provisions of the conditions of contract annexed hereto so far as
applicable, and in default thereof to forfeit and pay to Govt. the sums of
money mentioned in the said conditions.
Name -
Address -
Date -

Signature of Bidder
before submission of tender
Name -
Occupation -
Address -
Date -

Signature of witness
to Bidder’s signature
The above tender is hereby accepted
by me for and on behalf of the
Jalgaon city municipal corporation,
Jalgaon

Commissioner,
Jalgaon city municipal corporation, Jalgaon
Signature of the officer by whom accepted

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 34

CONDITIONS OF CONTRACT
Security Clause 1 –
deposit The total Security deposit to be paid shall be 10% (Ten percent) of
amount put to tender. The successful tenderer (hereafter called the
Bidder) shall have to pay security deposit from running account bill sand
final bills at 10 (Ten) percent amount. Deducting a sufficient sum from
every such payment as last aforesaid until the full amount of the security
deposit is made up. The entire security deposit 10 (Ten) percent of the
tender cost shall be released i) If defect liability period stipulated in
tender is less than 1 year, then entire security deposit will be released
after one year of successful completion of the work. ii) If defect liability
period stipulated in tender is more than 1 year, then 80% of security
deposit will be released after one year of successful completion of the
work and remaining 20% of security deposit will be released after defect
liability period is over. All compensation or other sums of money
payable by the Bidder to Jalgaon city municipal corporation under the
terms of his contract may be deducted from, or paid by the sale of a
sufficient part of his security deposit or from the interest arising there
from, or from any sums which may be due or may become due by
Jalgaon city municipal corporation to the Bidder under any other
contract or transaction of any nature on any account whatsoever and in
the event of his security deposit being reduced by reason of any such
deduction or sale as aforesaid, the Bidder shall, within 10 days
thereafter make good in cash or Government securities endorsed as
aforesaid any sum or sums which may have been deducted from or
raised by sale of his security deposit or any part thereof. In the event of
the Bidder failing or neglecting to complete rectification work within the
period up to which the Bidder has agreed to maintain the work in good
order, then, subject to provisions of clauses 17 and 20 hereof the
amount of security deposit retained by Jalgaon city municipal
corporation, Jalgaon shall be adjusted towards the excess cost incurred
by the Jalgaon city municipal corporation on rectification work.

Compensation Clause 2 –
for delay The time allowed for carrying out the work as entered in the tender shall
be strictly observed by the Bidder and shall be reckoned from the date
on which the order to commence work is given to the Bidder. The work
shall throughout the stipulated period of the contract be proceeded
with all due diligence. The Bidder should complete the work as per
phase period given below –
1/4 of the work in - 1/4 of the time
1/2 of the work in - 1/2 of the time
3/4 of the work in - 3/4 of the time

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 35

Full of the work - Full in the time

If Bidder fails to achieve the progress of work, then the Bidder shall pay
as compensation as table below –
Compensations amount for
Sr. Work cost delay of work in % of work
cost ( per day )

1 Up to 10.00 lakhs 0.05% Per day

3 Above 10.00 lakhs to 25.00 lakhs 0.10% Per day

4 Above 25 Lakhs 0.15% Per day

Provided always that the amount compensation for delay to be paid by


Bidder under the provisions of this clause shall not exceed 10 (Ten)
percent of the Work cost (on work execute amount). If compensation
amount exceed 10 (Ten) percent of Work cost then Bidders earnest
money deposit and security deposit (If security deposits deducted from
RA bill) will be forfeited and actions of black listed of Bidder will be
proceed. And the excess amount to complete the remaining work will be
recovered from Bidder.

Action when Clause 3–


whole security In any case in which under any clause or clauses of this contract
deposit
forfeited the Bidder shall have rendered himself liable to pay compensation
amounting to the whole of his security deposit (whether paid in
one sum or deducted by installments,) or in the case of
abandonment of the work owing to serious illness or death of the
Bidder or any other cause, the Commissioner, on behalf of the
Jalgaon city municipal corporation, Jalgaon shall have power to
adopt of the following courses, as he may deem best suited to the
interest of Corporation;
(a) To rescind the contract (for which rescission notice in writing to
the Bidder under the hand of City Engineer shall be conclusive
evidence) and in that case the Security deposit of the Bidder shall
stand forfeited and be absolutely at the disposal of Corporation.
(b) To carry out the work or any part of the work departmentally
debiting the Bidder with the cost of the work, expenditure
incurred on tools and plant, and charges on additional supervisory
staff including the cost of work charged establishment employed
for getting unexecuted part of the work completed and crediting

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 36

him with the value of the work done departmentally in all respects
in the same manner and at the same rates as if it had been carried
out by the Bidder under the terms of his contract. The certificate
of the City Engineer as to the costs and other allied expenses so
incurred and as to the value of the work so done departmentally
shall be final and conclusive against the Bidder.
(c) To order that the work of the Bidder be measured up and to
take such part thereof as shall be unexecuted out of his hands,
and to give it to another Bidder to complete, in which case all
expenses incurred on advertisement for fixing a new contracting
agency, additional supervisory staff including the cost of work
charged establishment and the cost of the work executed by the
new contract agency will be debited to the Bidder and the value of
the work done or executed through the new Bidder shall be
credited to the Bidder in all respects and in the same manner and
at the same rates as if it had been carried out by the Bidder under
the terms of his contract. The certificate of the City Engineer as to
all the cost of the work and other expenses incurred as aforesaid
for or in getting the unexecuted work done by the new Bidder and
as to the value of the work so done shall be final and conclusive
against the Bidder.
In case the contract shall be rescinded under clause (a) above the
Bidder shall not be entitled to recover or be paid, any sum for any
work therefore actually performed by him under this contract
unless and until the City Engineer shall have certified in writing the
performance of the such work and the amount payable to him in
respect thereof and he shall only be entitled to be paid the
amount so certified. In the event of either of the courses referred
to in clause (b) or (c) being adopted and the cost of the work
executed departmentally or through a new Bidder and other allied
expenses exceeding the value of such work credited to the Bidder
the amount of excess shall be deducted from any money due to
the Bidder, by Jalgaon city municipal corporation, Jalgaon under
the contract or otherwise, howsoever or from his security deposit
or the sale proceeds thereof provided, however that the Bidder
shall have no claim against Jalgaon city municipal corporation,
Jalgaon even if the certified value of the work done
departmentally or through a new Bidder exceeds the certified cost
of such work and allied expenses, provided always that whichever
of the three courses mentioned in clause (a),(b) or (c) is adopted

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 37

by the City Engineer , the Bidder shall have no claim to


compensation for any loss sustained by him by reason of his
having purchased or procured any materials, or entered into
engagements, or made any advances on account of or with a view
of the execution of the work or the performance of the contract.

Action when Clause 4–


progress of If the progress of any particular portion of the work is unsatisfactory the
any particular City Engineer shall not withstanding that the general progress of the
portion of the
works in accordance with the conditions mentioned in clause 2, be
work is
unsatisfactory entitled to take action under clause 3 (b) aftergivingtheBidder10 days’
notice in writing. The Bidder will have no claim for compensation, for
any loss sustained by him owing to such action.
Bidder Clause 5–
remains liable In any case in which any of the powers conferred upon the City Engineer
to pay by clauses 3 and 4 hereof shall have become exercisable and the same
compensation
shall not have been exercised the non-exercise thereof shall not
if action not
taken under constitute a waiver of any of the conditions hereof and such powers
clause 3 and shall notwithstanding be exercisable in the event of any future case of
clause 4 default by the Bidder for which under any clause or clauses hereof he is
Power to take declared liable to pay compensation amounting to the whole of his
possession of security deposit and the liability of the Bidder for past and future
or require
compensation shall remain unaffected. In the event of the City Engineer
removal of
Bidder’s plant taking action under sub-clause(a) or (c)of clause-3, he may, if he so
or sell Bidder’s desires, take possession of all or any tool and plant, materials and stores
plant in or upon the works or the site thereof or belonging to the Bidder, or
procured by him and intended to be used for the execution of the work
or any part thereof, paying or allowing for the same in account at the
contract rates, or in the case of contract rates not being applicable at
current market rates to be certified by City Engineer whose certificate
thereof shall be final. In the alternative, the City Engineer may, after
giving notice in writing to the Bidder or his clerk of the work, foreman or
other authorized agent require him to remove such tools and plant,
materials or stores from the premises within a time to be specified in
such notice, and in the event of the Bidder failing to comply with any
such requisition, the City Engineer may remove them at the Bidder's
expense or sale them by auction or private sale on account of the Bidder
and at his risk in all respects, and the certificate of the City Engineer as
to the expense of any such removal and the amount of the proceeds
and expenses of any such sale shall be final and conclusive against the
Bidder.

Extension of Clause 6–
time
Signature of Bidder Commissioner,
Jalgaon City Municipal Corporation, Jalgaon
Page No. 38

If the Bidder shall desire an extension of the time for completion of work
on the ground of his having been unavoidably hindered in its execution
or on any other ground he shall apply in writing to the City Engineer
before the expiration of the period stipulated in the tender or before the
expiration of 30 days from the date on which he was hindered as
aforesaid or on which the cause for asking for extension occurred,
whichever is earlier ever and the City Engineer, may in his opinion, there
are reasonable ground for granting an extension, grant such extension
as he thinks necessary or proper the decision of the City Engineer in this
matter shall be final.
Final Clause 7–
certificate On the completion of the work the Bidder shall be furnished with a
certificate by the City Engineer of such completion; but no such
certificate shall be given nor shall the work be considered to be
complete until the Bidder shall have removed from the premises on
which the work shall have been executed, all scaffolding, surplus
materials and rubbish, and shall have cleaned off, the dirt from all wood
work, doors windows, wall, floors or other parts of any building in or
upon which the work has been executed, or of which he may have had
possession for the purpose of executing the work, nor until the work
shall have been measured by the City Engineer or where the
measurements have been taken by his subordinates until they have
received the approval of the City Engineer, the said measurements being
binding and conclusive against Bidder. If the Bidder shall fail to comply
with the requirements of this clause as to the removal of scaffolding,
surplus materials and rubbish and cleaning off dirt on or before the date
fixed for the completion of the work the City Engineer may at the
expense of the Bidder, remove such scaffolding, surplus materials and
rubbish and dispose of the same as he thinks fit and clean off such dirt’s
as aforesaid and the Bidder shall forthwith pay the amount of all
expenses so incurred, but shall have no claim in respect of any such
scaffolding or surplus materials as aforesaid except for any sum actually
realized by the sale thereof.
Payment of Clause 8–
intermediate No payment shall be made for any work, estimated to cost less than
certificate to rupees 25 lakhs, or 10% of total tender amount whichever maximum till
be regarded as
after the whole of work shall have been completed and a certificate of
advances
completion given. But in the case of works estimated to cost more than
rupees 25 lakhs the Bidder shall on submitting a monthly bill minimum
amount of rupees 25 lakhs, therefore be entitled to receive payment
proportionate to the part of the work then approved and passed by the
City Engineer, whose certificate of such approval and passing of the sum
payable shall be final and conclusive against the Bidder. All such
intermediate payments shall be regarded as payments by way of

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 39

advance against the final payments only and not as payments for work
actually done and completed and shall not preclude the City Engineer
from requiring any bad, unsound imperfect or unskillful work to be
removed or taken away and reconstruction or re-erected nor shall any
such payment be considered as an admission of the due performance of
the contract or any part thereof in any respect or the occurring of any
claim nor shall it conclude, determine or effect in any other way the
powers of the Engineer-in- charge as to the final settlement and
adjustment of the accounts or otherwise, or in any other way vary or
effect the contract. The final bill shall be submitted by the Bidder within
one month of the date fixed for the completion of the work, otherwise
the City Engineer’s certificate of the measurements and of the total
amount payable for the work shall be final and binding on all parties.
Clause 8 A –
In the event of delay in intermediate payment, the Bidder/ agency shall
not delay / stop work; and the work shall be completed in the stipulated
time period.
Payments at Clause 9–
reduced rates The rates for several items of works estimated to cost more than Rs.
on account of 1000/- agreed to within shall be valid only when the item concerned is
item of work
accepted as having been completed fully in accordance with the
not accepted
as completed sanctioned specifications. In cases where the items of work are not
to be at the accepted as so completed by the City Engineer may make payment on
discretion of account of such items at such reduced rates as he may consider
the Engineer- reasonable in the preparation of final or on account bills.
in charge.

Bill to be Clause 10–


submitted A bill shall be submitted by the Bidder each month on or before the
monthly date fixed by the City Engineer for all work executed in the previous
month, and the City Engineer shall take or cause to be taken the
requisite measurement for the purpose of having the same verified and
the claim, so far as it is admissible, shall be adjusted, if possible, within
ten days from the presentation of the bill. If the Bidder does not submit
the bill within the time fixed as aforesaid, the Engineer-in- charge may
depute a subordinate to measure up the said work in the presence of
the Bidder or his duly authorized agent whose counter- signature to the
measurement list shall be sufficient warrant, and the City Engineer may
prepare a bill from such list which shall be binding on the Bidder in all
respects.

Bills to be on Clause 11–


printed form The Bidder shall submit all bills on the printed forms to be had on
application at the office of the Engineer-in- charge.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 40

Stores Clause 12–


supplied by If the specification or estimate of the work provides for the use of any
Municipal special description of materials to be supplied from the store of the
corporation
Jalgaon city municipal corporation store or if it is required that the
Bidder shall use certain stores to be provided by the Engineer-in- charge
(such material and stores and the prices to be charged therefore as
hereinafter mentioned being so far as practicable for the convenience of
the Bidder but not so as in any way to control the meaning or effect of
this contract specified in the schedule or memorandum hereto annexed,
the Bidder shall be supplied with such materials and stores as may be
required from time to time to be used by him for the purpose of the
contract only and value of the full quantity of the materials and stores so
supplied shall be set off or deducted from any sums then due or
thereafter to become due to the Bidder under the contract, or otherwise
or from the security deposit or the proceeds of sale thereof, if the
security deposit is held in Jalgaon city municipal corporation
securities, the same or a sufficient portion thereof shall in that case be
sold for all purpose.
All materials supplied to the Bidder shall remain the absolute property
of Jalgaon city municipal corporation and shall on no account be
removed from the site of the work, and shall at all times be open for
inspection by the City Engineer. Any such materials unused and in
perfectly good condition at the time of completion or determination of
the contract shall be returned to the Jalgaon city municipal
corporation store if the City Engineer so requires by a notice in writing
given under his hand, but the Bidder shall not be entitled to return any
such materials except with consent of the Engineer in-charge and he
shall have no claim for compensation on account of any such material
supplied to him as aforesaid but remaining unused by him or for any
wastage in or damage to any such materials.
Works to be Clause 13–
executed in The Bidder shall execute the whole and every part of the work in the
accordance most substantial and workmanlike manner, and both as regards
with
materials and every other respect in strict accordance with
specifications,
drawings, specifications. The Bidder shall also conform exactly, fully and faithfully
orders etc. to the designs, drawings and instructions in writing relating to the work
signed by the City Engineer and lodged in his office and to which the
Bidder shall be entitled to have access for the purpose of inspection at
such office, or on site of the work during office hours. The Bidder will be
entitled to receive three sets of contract drawing and working drawings
as well as one certified copy of the accepted tender along with the work
order free of cost. Further copies of the contract drawings and working
drawings if required by him, shall be supplied at the rate of Rs.300/- per

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 41

set of contract Drawings and Rs.150/- per working drawings except


where otherwise specified.

Alterations in Clause 14–


specifications The Engineer -in- charge shall have power to make any alterations in or
and designs additions to the original specifications, drawings, designs, and
not to
instructions that may appear to him to be necessary or advisable during
invalidate
contract the progress of the work, and the Bidder shall be bound to carry out
Rates for the work in accordance with any instructions in this connection which
works not may be given to him in writing signed by the City Engineer and such
entered for alteration shall not invalidate the contract, and any additional work
schedule of which the Bidder may be directed to do in the manner above specified
rates of the
as part of the work shall be carried out by the Bidder on the same
state
Extensions of conditions in all respects on which he agreed to do the main work, and
time in at the same rates as are specified in the tender for the main work. And if
consequence the additional and altered work includes any class of work for which no
of additions or rate is Specified in this contract, then such class of work shall be carried
alterations out at the rates entered in the sanctioned of Rates of the S.S.R. or at the
rates mutually agreed upon between the City Engineer and the Bidder,
whichever, are lower. If the additional or altered work for which no rate
is entered in the schedule of Rates of the Division, is ordered to be
carried out before the rates are agreed upon then Bidder shall within
seven days of the date of receipt by him of the order to carry out the
work, inform the City Engineer of the rate which it is his intention to
charge for such class of work, and if the Engineer-in- charge does not
agree to this rate he shall by notice in writing be at liberty to cancel his
order to carry out such class of work and arrange to carry it out in such
manner as he may consider advisable provided always that if the Bidder
shall commence work or incur any expenditure in regard there to before
the rates shall have been determined as lastly herein-before mentioned,
then in such case he shall only be entitled to be paid in respect of the
work carried out or expenditure incurred by him prior to date of the
determination of the rate as aforesaid according to such rate or rates as
shall be fixed by the City Engineer . In the event of a dispute, the
decision of the Commissioner will be final.
Where, however, the work is to be executed according to the designs,
drawings and specifications recommended by Bidder and accepted by
the competent authority the alterations above referred to shall be
within the scope of such designs, drawings and specifications appended
to the tender.
The time limit for the completion of the work shall be extended in the
proportion that the increase in its cost occasioned by alterations or
additions bears to the cost of the original contract work, and the
certificate of the Engineer-in- charge as to such proportion shall be

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 42

conclusive.
No claim to Clause 15–
any payments (1) If at any time after the execution of the contract documents, the
or Engineer shall for any reason what-so-ever (other than default
compensation
for alteration on the part of the Bidder for which the Jalgaon city municipal
in or corporation is entitled to rescind the contract) desires that the
restriction of whole or any part of the work specified in the tender should be
work suspended for any period or that the whole or part of the work
should not be carried out at all he shall give to the Bidder a
notice in writing of such desire and upon the receipt of such
notice the Bidder shall forthwith suspend or stop the work
wholly or in part as required, after having due regard to the
appropriate stage at which the work should be stopped or
suspended so as not to cause any damage or injury to the work
already done or endanger the safety thereof provided that the
decision of the City Engineer as to the stage at which the work
or any part of it could be or could have been safely stopped or
suspended shall be final and conclusive against the Bidder. The
Bidder shall have no claim to any payment or compensation
whatsoever by reason of or in pursuance of any notice as
aforesaid on account of any suspension, stoppage or curtailment
except to the extent specified hereinafter.
(2) Where the total suspension of work ordered as aforesaid
continued for a continuous period exceeding 90 days the Bidder
shall be at liberty to withdraw from the contractual obligations
under the contract so far as it pertains to the unexecuted part of
the work by giving a 10 day’s prior notice in writing to the
Engineer, within 30 days of the expiry of the said period of 90
days, of such intention and requiring the Engineer, to record the
final measurements of the work already done and to pay the
final bill. Upon given such notice, the Bidder shall be deemed to
have been discharged from his obligation to complete the
remaining unexecuted work under his contract. On receipt of
such notice the Engineer shall proceed to complete the
measurement and make such payment as may be finally due to
the Bidder within a period of 90 days from the receipt of such
notice in respect of the work already done by the Bidder, Such
payment shall not in any manner prejudice the right of the
Bidder to any further compensation under the remaining
provisions of this clause.
(3) Where the Engineer requires the Bidder to suspend the work for
a period in excess of 30 days at any time or 60 days in the
aggregate, the Bidder shall be entitled to apply to the Engineer
within 30 days of the resumption of work after such suspension

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 43

for payment of compensation to the extent of pecuniary loss


suffered by him in respect of working machinery remained idle
on the site or on the account of his having had to pay the salary
or wages of labour engaged by him during the said period of
suspension provided always that the Bidder shall not be entitled
to any claim in respect of any such working machinery, salary or
wages for the first 30 days whether consecutive or in the
aggregate of such suspension or in respect of any suspension
whatsoever occasioned by unsatisfactory work or any other
default on his part. The decision of the Engineer in this regard
shall be final and conclusive against the Bidder.
(4) In the event of -
i) Any total stoppage of work on notice from the Engineer under
sub clause (1), in that behalf,
ii) Withdrawal by the Bidder from the contractual obligation to
complete the remaining unexecuted work under sub clause (2)
on account of continued suspension of work for a period
exceeding 90 days.
OR
iii) Curtailment in the quantity of item or items originally tendered
on account of any alteration, omission or substitutions in the
specifications, drawings, designs, or instructions under clause 14
where such curtailment exceeds 25% in quantity and the value
of the quantity curtailed beyond 25% at the rates for the item
specified in the tender is more than Rs. 5000/-
It shall be open to the Bidder within 90 days from the service of
(i) The notice of stoppage of work or
(ii) The notice of withdrawal from the contractual
obligations under the contract on account of the continued
suspension of work or
(iii) Notice under clause 14 resulting in such curtailment to
produce to the Engineer satisfactory documentary evidence that
he had purchased or agreed to purchase material for use in the
contracted work, before receipt by him of the notice of
stoppage, suspension or curtailment and require the Jalgaon
city municipal corporation to take over on payment such
material at the rates determined by the Engineer, provided
however, such rates shall in no case exceed the rates at which
the same were acquired by the Bidder. The Jalgaon city
municipal corporation shall thereafter take over the material
so offered, provided the quantities offered, are not in excess of
the requirements of the unexecuted work as specified in the
accepted tender and are of quality and specifications approved
by the Engineer.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 44

No claim to Clause 15 A –
compensate The Bidder shall not be entitled to claim any compensation from
on account of
Jalgaon city municipal corporation for the loss suffered by him on
loss due to
delay in supply account of delay by Jalgaon city municipal corporation in the supply
of materials of materials entered in Schedule -A where such delay is caused by -
by Jalgaon city i) Difficulties relating to the supply of railway wagons.
municipal ii) Force majeure
corporation, iii) Act of God
Jalgaon
iv) Act of enemies of the state or any other reasonable cause beyond the
control of Jalgaon city municipal corporation.
In the case of such delay in the supply of materials, Jalgaon city
municipal corporation shall grant such extension of time for the
completion of the works as shall appear to the City Engineer to be
reasonable in accordance with the circumstances of the case. The
decision of the City Engineer as to the extension of time shall be
accepted as final by the Bidder.
Time limit for Clause 16–
unforeseen Under no circumstances whatsoever shall the Bidder be entitled to any
claim compensation from Jalgaon city municipal corporation, Jalgaon on any
account unless the Bidder shall have submitted a claim in writing to the
Engineer-in- charge within one month of the cause of such claim
occurring.
Action and Clause 17–
compensation If any time before the security deposit or any part thereof is refunded to
payable in the Bidder it shall appear to the City Engineer or his subordinate in
case of bad
charge of the work, that any work has been executed with unsound,
work
imperfect or unskillful workmanship or with materials of inferior quality,
or that any materials or articles provided by him for the execution of the
work are unsound or of a quality inferior to that contracted for, or are
otherwise not in accordance with contract, it shall be lawful for the City
Engineer to intimate this fact in writing to the Bidder and then
notwithstanding the fact that the work, materials or articles complained
of may have been inadvertently passed, certified and paid for ,the
Bidder shall be bound forthwith to rectify, or remove and reconstruct
the work so specified in whole or in part, as the case may require or if so
required, shall remove the materials or articles so specified and provide
other proper and suitable materials or articles at his own charge and
cost, and in the event of his failing to do so within a period to be
specified by the Engineer-in- charge in the written intimation aforesaid,
the Bidder shall be liable to pay compensation at the rate of 1% on the
amount of the estimate for every day not exceeding 10 days during
which the failure so continues and in the case of any such failure the City
Engineer may rectify or remove, and re- execute the work or remove

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 45

and replace the materials or articles complained of as the case may be


at the risk and expense in all respects of the Bidder. Should the City
Engineer consider that any such inferior work or materials as described
above may be accepted or made use of it shall be within his discretion to
accept the same at such reduced rates as he may fix therefore.
Work to be Clause 18–
open to All works under or in course of execution or executed in pursuance of
inspection the contract shall at all times be open to the inspection and supervision
Bidder or
of the Engineer-in- charge and his subordinates and the Bidder shall at
responsible
agent to be all time during the usual working hours, and at all other times at which
present reasonable notice of the intention of the City Engineer or his
subordinate to visit the work shall have been given to the Bidder, either
himself be present to receive orders and instructions or have
responsible agent duly authorized in writing, present for that purpose.
Orders given to the Bidder’s duly authorized agent shall be considered
to have the same force and effect as if they had been given to the Bidder
himself.
Notice to be Clause 19–
given before The Bidder shall give not less than five days’ notice in writing to the City
works is Engineer or his subordinate in charge of the work before covering up or
covered up
otherwise placing beyond the reach of measurements any work in order
that the same may be measured and correct dimensions thereof taken
before the same is so covered up or placed beyond the reach of
measurement, and shall not cover up or place beyond the reach of
measurement any work without the consent in writing of the City
Engineer or his subordinate in charge of the work, and if any work shall
be covered up or placed beyond the reach of measurement without
such notice having been given or consent obtained the same shall be
uncovered at the Bidder's expense and in default thereof no payment or
allowance shall be made for such work or for the materials with which
the same was executed.

Bidder liable Clause 20–


for damage If during the period as specified in column A in table attached
done and for
imperfections from the date of completion as certified by the City Engineer
pursuant to clause 7 of the contract, the said work is defective in
any manner whatsoever, the Bidder shall forthwith on receipt of
notice in that behalf from the City Engineer, duly commence
execution and completely carry out at his cost in every respect all
the work that may be necessary for rectifying and setting right the
defects specified therein including dismantling and reconstruction
of unsafe portion strictly in accordance with and in the manner
prescribed and under the supervision of the City Engineer. In the

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 46

event of the Bidder failing or neglecting to commence execution


of the said rectification work within the period prescribed there
for in the said notice, and/or to complete the same as aforesaid as
required by the said notice, the City Engineer get the same
executed and carried out departmentally or by any other agency
at the risk on account and at the cost of the Bidder shall forthwith
on demand pay to the Jalgaon city municipal corporation the
amount of such costs, charges and expenses sustained or incurred
by the Jalgaon city municipal corporation of which the certificate
of the City Engineer shall be final and binding on the Bidder. Such
cost, charges and expenses shall be deemed to be arrears of land
revenue and in the event of the Bidder failing or neglecting to pay
the same on demand as aforesaid without prejudice to any other
rights and remedies of the Jalgaon city municipal corporation, the
same may be recovered from the Bidder as arrears of land
revenue/property tax. The Jalgaon city municipal corporation shall
also be entitled to deduct the same from any amount which may
then be payable or which may thereafter become payable by the
Jalgaon city municipal corporation to the Bidder either in respect
of the said work or any other work whatsoever, or from the
amount of the security deposit retained by Jalgaon city municipal
corporation.
Column A
DLP from
Sr. Particulars DLP for
date of
completion
For 1) RCC frame work 120 Months
building 2) Load bearing work 120 Months
A
original
3) Water proofing work 84 Months
work
For 1) SDR/CTR repairs 60 Months
B building 2) Special repairs 24 Months
repairs 3) Current repairs 09 Months
1) Construction of road as per
60 Months
design
For road 2) Strengthening / Two layer
36 Months
bituminous MPM/BM
C works / 3) DBM layer and BC / OGC layer
flexible or first stage construction as 36 Months
pavement per design
4) BT Renewal single layer 24 Months
5) Patches of MPM/BM/DBM in 24 Months

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 47

single layer and BC/OGC layer


For road 1) Thickness 30 cm and above as
120 Months
work per design
D concrete / 2) Internal road and other
36 Months
Rigid categories
pavement 3) Concrete paver block works 60 Months
Road metaling works 09 Months
For road Current repairs for road 09 Months
metaling 09 Months
1) Pot hole filling with bitumen
works ( Up to next
E and geru lime painting
current Monsoon)
repairs for 2) Board fixed as per IRC norms 09 Months
road 3) Informatory /Direction
36 Months
Thermoplastic paint
For Bridge 1) Bridge original work 240 months
F) and CD 2) Slab drain and pipe culvert 120 months
work 3) Concrete Built up gutter 120 months
1) Special repair i.e. Changing of
bearing ,expansion joint
parapet wall reconstruction 60 months
For Bridge
,fitting of pipe railing Jaketing
G repair
or abutment/pier
works
2) Bridge wearing course 60 months
3) Epoxy Painting with painting
36 months
& other repairs
Bidder to Clause 21–
supply plant, The Bidder shall supply at his own cost all material (except such special
ladders, materials, if any, as may in accordance with the contract, be supplied
scaffolding
from the Jalgaon city municipal corporation stores), plant, tools,
etc.
And is liable appliances, implements, ladders, cordage, tackle, scaffolding and
for damage temporary works which may require for the proper execution of the
erasing from work, whether in the original, altered or substituted form, and whether
non-provision included in the specification or other documents forming part of the
of light, contract or referred to in these conditions or not and which may be
fencing etc.
necessary for the purpose of satisfying or complying with the
requirements of the Engineer-in- charge as to any matter as to which
under these conditions he is entitled to be satisfied, or which he is
entitled to require together with the carriage therefore to and from the
work. The Bidder shall also supply without charge the requisite number
of persons with the means and materials necessary for the purpose of
setting out works and counting, weighing and assisting in the
measurement or examination at any time and from time to time of the
work or the materials. Failing which the same may be provided by the
City Engineer at the expense of the Bidder and the expenses may be
Signature of Bidder Commissioner,
Jalgaon City Municipal Corporation, Jalgaon
Page No. 48

deducted from any money due to the Bidder under the contract or from
his security deposit or the proceeds of sale thereof, or of a sufficient
portion thereof. The Bidder shall provide all necessary fencing and lights
required to protect the public from accident, and shall also be bound to
bear the expenses of defense of every suit, action or other legal
proceedings that may be brought by any person for injury sustained
owing to neglect of the above precautions, and to pay any damages and
costs which may be awarded in any such suit action or proceedings to
any such person, or which may with consent of the Bidder be paid for
compromising any claim by any such person.
Clause 21 A –
The Bidder shall provide suitable scaffolds and working platforms,
gangways and stairways and shall comply with the following
regulations in connection there with:
(a) Suitable scaffolds shall be provided for workmen for all works
that cannot be safely done from a ladder or by other means.
(b) A scaffold shall not be constructed, taken down, or
substantially altered except:-
(i) Under the supervision of a competent and responsible person;
and
(ii) as far as possible by competent workers possessing adequate
experience in this kind of work.
(c) All scaffold and appliances connected therewith and all ladders
shall :-
(i) be of sound material,
(ii) be of adequate strength having regard to the loads and strains
to which they will be subjected and
(iii) be maintained in proper condition.
(d) Scaffolds shall be so constructed that no part thereof can be
displaced in consequence of normal use.
(e) Scaffolds shall not be over- loaded and so far as practicable the
load shall be evenly distributed.
(f) Before installing lifting gear on scaffolds special precautions
shall be taken to ensure the strength and stability of the scaffolds.
(g) Scaffolds shall be periodically inspected by a competent
person.
(h) Before allowing a scaffold to be used by his workmen the
Bidder shall, whether the scaffold has been erected by his
workmen or not, take steps to ensure that it complies fully with
the regulation here-in- specified.
(i) Working platforms, gangways and stairways shall:-

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 49

(i) be so constructed that no part thereof can sag unduly or


unequally.
(ii) be so constructed and maintained, having regard to the
prevailing conditions as to reduce as far as practicable risks of
persons tripping or slipping, and
iii) be kept free from any unnecessary obstruction.
(j) In the case of working platform, gangways, working places and
stairways at a height exceeding 3.00 Meters (to be specified).
(i) Every working platform and every gangway shall be closely
boarded unless other adequate measures are taken to ensure
safety.
(ii) Every working platform and gangway, shall have adequate
width and
(iii) Every working platform, gangway, working place and stairway
shall be suitably fenced.
(k) Every opening in the floor of a building or in a working platform
shall except for the time and to the extent required to allow the
excess of persons or the transport or shifting of material be
provided with suitable means to prevent the fall of persons or
material.
(l) When persons are employed on roof where there is a danger of
falling from a height exceeding 3.00 Mts. suitable precautions shall
be taken to prevent the fall of persons or material.
(m) Suitable precautions shall be taken to prevent persons being
struck by articles which might fall from scaffolds or other working
places.
(n) Safe means of access shall be provided to all working platforms
and other working places.

Clause 21 B –
The Bidder shall comply with the following regulations as regards
the Hoisting Appliances to be used by him:
(a) Hoisting machines and tackle, including their attachments,
anchorages and supports shall–
(i) be of good mechanical construction, sound material
and adequate strength and free from patent defect and
(ii) be kept in good repair and in good working order.

(b) Every rope used in hoisting or lowering materials or as a

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 50

means of suspension shall be of suitable quality and adequate


strength and free from patent defect.

(c) Hoisting machines and tackle shall be examined and


adequately tested after erection on the site and before use
and be re-examined in position at intervals to be prescribed by
the City Engineer.

(d) Every chain ring, hook shackle swivel and pulley block used
in hoisting or lowering materials or as a means of suspension
shall be periodically examined.

(e) Every crane driver or hoisting appliance operator shall be


properly qualified.

(f) No person who is below the age of 21 years shall be in


control of any hoisting machine, including any scaffolding
which, or give signals to the operator.

(g) In the case of every hoisting machine and of every


chain, ring, hook, shackle, swivel pulley block used in hoisting
or lowering or as means of suspension, the safe working load
shall be ascertained by adequate means.

(h) Every hoisting machine and all gear referred to in


the preceding regulation shall be plainly marked with the safe
working load

(i) In the case of a hoisting machine having a variable safe


working load each safe working load and the conditions under
which it is applicable shall be clearly indicated.

(j) No part of any hoisting machine or of any gear referred to


in regulation (h) above shall be loaded beyond the safe
working load except for the purpose of testing.

(k) Motors, gearing transmissions, electric wiring and other


dangerous part or hoisting appliances shall be provided with
efficient safeguards.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 51

(l) Hoisting appliances shall be provided with such means as


will reduce to a minimum the risk of the accidental descent of
the load.

(m) Adequate precautions shall be taken to reduce to a


minimum the risk of any part of a suspended load becoming
accidentally displaced.
Measure for Clause 22–
prevention of The Bidder shall not set fire to any standing jungle, trees brushwood or
fire grass without a written permit from the City Engineer. When such
permit is given, and also in all cases when destroying cut or dug up trees
brushwood, grass etc. by fire; the Bidder shall take necessary measure to
prevent such fire spreading to or otherwise damaging surrounding
property.
Liability of Clause 23–
Bidder for any Compensation for all damages done intentionally or unintentionally by
damage done Bidder's labour whether in or beyond the limits of Government property
in or out side
including any damage caused by the spreading of fire mentioned in
work area
clause 22 shall be estimated by the City Engineer or such other officer
as he may appoint and the estimates of the City Engineer subject to the
decision of the Commissioner of Jalgaon municipal corporation on
appeal shall be final and the Bidder shall be bound to pay the amount of
the assessed compensation on demand, failing which, the same will be
recovered from the Bidder as damages in the manner prescribed in
clause 1 or deducted by the City Engineer from any sums that may be
due or become due from Government to the Bidder under this contract
or otherwise.
The Bidder shall bear the expenses of defending any action or other
legal proceedings that may be brought by any persons for injury
sustained by him owing to neglect of precautions to prevent the spread
of fire and he shall pay any damages and cost that may be awarded by
the court in consequence.
Employment Clause 24–
of female The employment of female labours on works in neighborhood of
labour soldier’s barracks should be avoided as far as possible.
Work on Clause 25–
Sunday No work shall be done on a Sunday without the sanction in writing of the
City Engineer .
Work not to Clause 26–
be sublet The contract shall not be assigned or sublet without the written
Contract approval of the City Engineer. And if the Bidder shall assign or sublet his
maybe
contract, or attempt so to do, or become insolvent or commence any
rescinded and
security proceeding to get himself adjudicated and insolvent or make any

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 52

deposit composition with his creditors or attempt so to do or if bribe, gratuity,


forfeited for gift, loan perquisite, reward or advantage pecuniary or otherwise shall
sub letting it either directly or indirectly be given, promised or offered by the Bidder
without
or any of his servants or agents to any public officer or person in the
approval or
for bribing employ of Jalgaon municipal corporation in any way relating to his office
public officer or employment, or if any such officer or person shall become in any way
or if Bidder directly or indirectly interested in the contract the City Engineer may
becomes there upon by notice in writing rescind the contract. And the security
insolvent deposit of Bidder shall thereupon stand forfeited and be absolutely at
the disposal of Jalgaon city municipal corporation and the same
consequences shall ensure as if the contract had been rescinded under
Clause entitled to recover or be paid for any work therefore actually
performed under the contract.
Sum payable Clause 27–
by way of All sums payable by a Bidder by way of compensation under any of these
compensate conditions shall be considered as a reasonable compensation to be
on to be
applied to the use of Jalgaon municipal corporation without reference to
considered as
reasonable the actual loss or damage sustained, and whether any damage has or
compensation has not been sustained.
without
reference to
actual loss
Charges in the Clause 28–
constitution of In the case of tender by partners, any change in the constitution of a
firm to be firm shall be forthwith notified by the Bidder to the City Engineer for his
notified
information.
Works to Clause 29–
under All works to be executed under the contract shall be executed under the
direction of direction and subject to the approval in all respects of the City
the City
Engineer, who shall be entitled to direct at what point or points and in
engineer
what manner they are to be commenced, and from time to time carried
on.
Decision of Clause 30–
the Except where otherwise specified in the contract and subject to the
Commissioner, powers delegated to him by Govt. under the code, rules then in force.
Jalgaon city
The decision of the Commissioner of Jalgaon city municipal corporation
municipal
corporation, for the time being shall be final, conclusive, and binding on all parties to
Jalgaon the contract upon all questions relating to the meaning of the
specifications, designs, drawings, and instructions here in before
mentioned and as to the quality of workmanship or materials used on
the work, or as to any other question, claim, right, matter, or things
whatsoever, if any way arising out of, or relating to the contract,
designs, drawings, specifications, estimates, instructions, orders, or
other conditions or otherwise concerning the works, or the execution or

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 53

failure to execute the same, whether arising during the progress of the
work or after the completion or abandonment thereof.
Stores of Clause 31–
European or The Bidder shall obtain from the Jalgaon city municipal corporation
American stores and articles of European or American manufacture which may be
manufacture
required for the work, or any part thereof or in making up any articles
to be obtained
from Jalgaon required therefore or in connection therewith unless he has obtained
city municipal permission in writing from the City Engineer to obtain such stores and
corporation, articles elsewhere. The value of such stores and articles as may be
Jalgaon supplied to the Bidder by the Engineer-in- charge will be debited to the
Bidder in his account at the rates shown in the Schedule, in form- A
attached to the contract and if they are not entered in the said schedule,
they shall be debited to him at cost price which for the purpose of this
contract shall include the cost of carriage and other expenses
whatsoever which shall have been incurred in obtaining delivery of the
same at the stores aforesaid.
Lump-sums in Clause 32–
estimates When the estimate on which a tender is made includes lump sums in
respect of parts of the work the Bidder shall be entitled to payment in
respect of the items of work involved or the part of the work in question
at the same rates as are payable under this contract for each items, or if
the part of the work in question is not in the opinion of the Engineer-in-
charge capable of measurement, the City Engineer may at his discretion
pay the lump sum amount entered in the estimate and the certificate in
writing of the City Engineer shall be final and conclusive against the
Bidder with regard to any sum or sums payable to him under the
provisions of this clause.
Action where Clause 33–
no In the case of any class of work for which there is no such
specification
specifications as is mentioned in rule 1 such work shall be carried
out in accordance with the specifications, and in the event of
there being no Divisional specifications, then in such case the work
shall be carried out in all respects in accordance with the
instructions and requirements of the Engineer-in- charge.
Definition of Clause 34–
work The expression "works" or "work" where used in these conditions, shall
unless there be something in the subject or context repugnant to such
construction be construed to mean the work or works contracted to be
executed under or in virtue of the contract, whether temporary or
permanent and whether original, altered, substituted or additional.
Bidder’s Clause 35–
percentage The percentage referred in the tender shall be deducted from/added to
whether the gross amount of the bill before deducting the value of any stock
applied to net
Signature of Bidder Commissioner,
Jalgaon City Municipal Corporation, Jalgaon
Page No. 54

or gross issued.
amount of bill
Quarry fees Clause 36–
and Royalties All quarry fees, royalties, and ground rent, for stacking materials if any,
should be paid by the Bidder. Royalty Charges including surcharge on all
minor minerals shall be reimbursed separately on production of proof to
that effect. The Bidder has to pay these charges directly to Revenue
department and original challans, permission documents shall be
produced to concerned City engineer. If, Bidder fails to produce these
original documents the royalty charges shall be recovered from Bidder’s
bill. No claim will be entertained by Jalgaon city municipal corporation,
Jalgaon.
Compensation Clause 37–
under the The Bidder shall be responsible for and shall pay compensation to his
workmen's workmen payable under the Workman’s Compensation Act 1923 (VIII of
compensation
1923) (hereinafter called the said act) for injuries caused to the
act
workmen. If such compensation is payable/paid by the Jalgaon
municipal corporation as principal under subsection (1) of section 12 of
the said Act on behalf of the Bidder it shall be recoverable by Jalgaon
municipal corporation from the Bidder under subsection (2) of the said
section. Such compensation shall be recovered in the manner laid down
in clause 1 above.
Clause 37 A –
The Bidder shall be responsible for and shall pay the expenses of
providing medical aid to any workmen who may suffer a bodily
injury as a result of an accident. If such expenses are incurred by
Government / Jalgaon city municipal corporation the same shall
be recoverable from the Bidder forthwith and be deducted
without prejudice to any other remedy of Government / Jalgaon
city municipal corporation from any amount due or that may
become due to the Bidder.
Clause 37 B –
The Bidder shall provide all necessary personnel safety equipment and
first aid apparatus available for the use of the persons employed on the
site, and shall maintain the same in condition suitable for immediate
use at any time and shall comply with the following regulations in
connection therewith.
(a) The workers shall be required to use the equipment so provided by
the Bidder and the Bidder shall take adequate steps to ensure proper
use of the equipment by those concerned.
(b) When work is carried on in proximity to any place where there is a
risk of drowning all necessary equipment shall be provided and kept
ready for use and all necessary steps shall be taken for the prompt

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 55

rescue of any person in danger.


(c) Adequate provision shall be made for prompt first-aid treatment of
all injuries likely to be sustained during the course of the work.
Clause 37 C –
The Bidder shall duly comply with the provisions of "The Apprentices Act
1961 (III of 1961), the rules made there under and the orders that may
be issued from time to time under the said Act and the said rules and on
his failure or neglect to do so, he shall be subject to all the liabilities and
penalties provided by the said act and said rules.
Claim for Clause 38–
quantities Quantities shown in the tender are approximate and no claim shall be
entered in the entertained for quantities of work executed being either more or less
tender or
than those entered in the tender or estimate.
estimate
(1) Quantities in respect of the several items shown in the tender are
approximate and no revision in the tendered rate shall be permitted in
respect of any of the items so long as, subject to any special provision
contained in the specifications prescribing a different percentage of
permissible variation, the quantities of the items does not exceed the
tender is not more than Rs. 5000/-
(2) The Bidder shall if ordered in writing by the Engineer, so to do
also carry out any quantities in excess of the limit mentioned in sub-
clause (1) hereof on the same conditions as and in accordance with
specifications in the tender and at the rates (i) derived from the rates
entered in the current schedule of rates and in the absence of such rates
(ii) at the rate prevailing in the market, the said rates being increased or
decreased as the case may be, by the percentage which the total
tendered amount bears to the estimated cost of the work as put to
tender based upon the schedule of rates applicable to the year in which
the tenders were invited.
(3) Claims arising out of reduction in the tendered quantity of any item
beyond 25 % will be governed by the provisions of clause 15 only when
the amount of such reduction beyond 25 % at the rate of the item
specified in the tender is more than Rs. 5000/-.
Employment Clause 39–
off amine The Bidder shall employ any famine convict or other labour of a
labour etc. particular kind or class, if ordered in writing to do so by the Engineer- in-
charge.
Claim for Clause 40–
compensation No compensation shall be allowed for any delay caused in the starting of
for delay in the work on account of acquisition of land or in the case of clearance
Starting work
works on account of any delay in according to sanction of estimates.
Claim for Clause 41–
compensation No compensation shall be allowed for any delay in the execution of the
for delay in
work on account of water, standing in borrows pits or compartments.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 56

execution of The rates are inclusive of hard or cracked soil excavation in mud, subsoil
work. water or water standing in borrows pits and no claim for an extra rate
shall be entertained, unless otherwise expressly specified.
Entering up on Clause 42–
or The Bidder shall not enter upon or commence any portion of work
commencing S except with the written authority and instruction of the City Engineer or
any portion of
of his subordinate in charge of the work. Failing such authority the
work
Bidder shall have no claim to ask for measurements of or payments for
work.
Minimum age Clause 43–
of persons (i) No Bidder shall employ any person who is and the payment person
employed, the who is under the age of 18 years.
employment
(ii) No Bidder shall employ donkeys or other animals with breaching of
of donkey
sand/or other string or thin rope. The breaching must be at least 7.50 cms. wide and
animals and should be of tape
the payment (iii) No animal suffering from sores; lameness or emaciation or which is
off air wages immature shall be employed on the work.
(iv) The City Engineer or his agent is authorized to remove from the work
any person or animal found working which does not satisfy these
conditions and no responsibility shall be accepted by Jalgaon city
municipal corporation for any delay caused in the completion of the
work by such removal.
(v) The Bidder shall pay fair and reasonable wages to the workmen
employed by him in the contract undertaken by him. In the event of any
dispute arising between the Bidder and his workmen on the grounds
that the wages paid are not fair and reasonable, the dispute shall be
referred without delay to the City Engineer who shall decide the same.
The decision of the City Engineer shall be conclusive and binding on the
Bidder but such decision shall not in any way affect the conditions in the
contract regarding the payment to be made by Jalgaon city municipal
corporation at the sanctioned tender rates.
(vi) Bidder shall provide drinking water facilities to the workers. Similar
amenities shall be provided to the workers engaged on large work in
urban areas.
(vii) Bidder to take precaution against accidents which take place on
account of labour using loose garments while working near machinery.
Method of Clause 44–
payment Payment to Bidder shall be made by cheque drawn on any schedule
bank or may be made online if applicable.
Acceptance of Clause 45–
conditions Any Bidder who does not accept these conditions shall not be
compulsory
before allowed to tender for works.
tendering for
work
Signature of Bidder Commissioner,
Jalgaon City Municipal Corporation, Jalgaon
Page No. 57

Employment Clause 46–


of scarcity If Government declares a state of scarcity or famine to exist in any
labour village situated within 16 km. of the work, the Bidder shall employ upon
such parts of the work, as are suitable for unskilled labour, any person
certified to him by the City Engineer, or by any person to whom the City
Engineer may have delegated this duty in writing to be in need of relief
and shall be bound to pay to such persons wages not below the
minimum which Government may have fixed in this behalf. Any disputes
which may arise in connection with the implementation of this clause
shall be decided by the City Engineer whose decision shall be final and
binding on the Bidder.
Clause 47–
The price quoted by the Bidder shall not in any case exceed the control
price, if any, fixed by Government or reasonable price which it is
permissible for him to charge private purchaser for the same class and
description the controlled price or the price permissible under Hoarding
and Profiteering Ordinance, 1943 as amended from time to time.
If the price quoted exceeds the controlled price or the price permissible
under Hoarding and Profiteering Prevention Ordinance, the Bidder will
specifically mention this fact in his tender along with the reasons for
quoting such higher prices. The purchaser at his discretion will in such
case exercise the right of revising the price at any stage so as to conform
to the controlled price on the permissible under the Hoarding and
Profiteering Prevention Ordinance. This discretion will be exercised
without prejudice to any other action that may be taken against the
Bidder.
Clause 47 A –
The Rates of Items in schedule "B"/ (BOQ) of NIT are exclusive of Taxes,
in respect of sale by transfer of property in goods involved in the
execution of a Works Contract under the provision of rule 51 of the
Maharashtra Goods and Services Act. 2017.
Clause 48–
GST shall be payable on the accepted contract value at prevailing rates
separately. Bidder shall quote his rates excluding GST. Amount of GST
@2% i.e.1% C.G.S.T. + 1% S.G.S.T. will be deducted at source (TDS) after
the enforcement of section 51 of Maharashtra goods and service act
2017.
Clause 49–
In case of materials that may remain surplus with the Bidder from those
issued for the work contracted for the date of ascertainment of the
materials being surplus will be taken as the date of sale for the purpose
of sales tax and the sale tax will be recovered on such sale.
Clause 49 A –
Bidder should note that recovery at penal rate of twice the issue rates
Signature of Bidder Commissioner,
Jalgaon City Municipal Corporation, Jalgaon
Page No. 58

will be affected if the Bidder does not return surplus material. Sale tax
and General tax will be recovered from them.
Clause 50–
The Bidder shall employ unskilled labour to be employed by him on the
said work only from locally available labour and shall give preference to
those persons enrolled under Maharashtra Government and Self
Employment Department’s Scheme.
Provided, however, that if the required unskilled labour are not available
locally, the Bidder shall in the first instance employ such number of
persons as is available and thereafter may with previous permission in
writing of the Executive City Engineer of the said work, obtain the rest
of his requirement of unskilled labour from outside the above scheme.
Clause 51–
Wages to be paid to the skilled and unskilled labours engaged by the
Bidder. The Bidder shall pay the labours skilled and unskilled according
to the wages prescribed by the Minimum Wages Act 1948 applicable to
the area in which the work of the Bidder is located.
The Bidder shall comply with the provisions of the Apprentices Act,
1961, and the rules and orders issued there under from time to time. If
he fails to do so, his failure will be a breach of the contract and the
Superintending Engineer, may in his discretion may cancel the contract.
The Bidder shall also be liable, for any pecuniary liability arising out
on account of any violation by him of the provision of the Act.
Clause 52–
All amounts whatsoever which the Bidder is liable to pay to the
Government in connection with the execution of the work including the
amount payable in respect of (i) materials and / or stores supplied /
issued hereunder by the Government to the Bidder (ii) hire charges in
respect of heavy plant, machinery and equipment given on hire by the
Government to the Bidder for execution by him of the work and/or on
which the advances have been given by the Government to the Bidder
shall be deemed to be Arrears of Land Revenue and the Government
may without prejudice to any other rights and remedies of the
Government recover the same from the Bidder as arrears of land
revenue.
Clause 53–
The Bidder shall duly comply with all the provisions of the Contract
Labour (Regulation and Abolition) Act 1970, (37 of 1970) and the
Maharashtra Contract Labour (Regulation and Abolition) Rules, 1971 as
amended from time to time and all other relevant statutes and statutory
provision concerning payment of wages particularly to workmen
employed by the Bidder and working on the site of the work. In
particular the Bidder shall pay wages to each worker employed by him
on the site of the work at the rates prescribed under the Maharashtra

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 59

Contract Labour (Regulation And Abolition) Rules 1971. If the Bidder


fails or neglects to pay wages at the said rates or makes short payment
and the Government makes such payment of wages in full or part
thereof less paid by the Bidder, as the case may be, the amount so paid
by the Government to such works shall be deemed to be an arrears of
land revenue and Government shall be entitled or deduct the same from
the amount payable by the Govt. to the Bidder here under or from any
other amounts payable to him by the Government.
Clause 54–
The Bidder shall engage apprentices such as bricks layers, carpenters,
wiremen, plumber as well as black-smith as recommended by the State
Apprenticeship Advisor, Director of Technical Education, Dhobi Talao,
Mumbai-400 001 on the construction work.
Clause 55–
(A) The anti-malaria and other health measures shall be as directed by
the Joint Director (Malaria and Filarial) of Health Services, Pune.
(B) Bidder shall see that mosquito genic conditions are not created so as
to keep vector populations to the minimum level.
(C) Bidder shall carry out anti- malaria measures in the area as per
guidelines prescribed under National Malaria Eradication Program and
as directed by the Joint Director (Malaria and Filarial) of Health Services,
Pune.
(D) In case of default in carrying out prescribed anti-malaria measure
resulting increasing in malaria incidence, Bidder shall be liable to pay to
Government the amount spent by Government on anti-malaria
measures to control the situation in addition to fine.
(E) Relation With Public Authorities -
The Bidder shall make sufficient arrangement for draining away the
sewerage water as well as water coming from the bathing and washing
places and shall dispose of, this water in such a way as not to cause any
nuisance. He shall also keep the premises clean by employing sufficient
number of sweepers. The Bidder shall comply with all rules regulation;
byelaws and direction given time to time by any local or public authority
in connection with this work and shall pay fees or charges which are
liable on him without any extra cost to Government.
Clause 56–
i) Bidder shall take out necessary Insurance Policy / Policies (viz.
Bidder’s All Risks Insurance Policy. Erection All Risks Insurance Policy etc.
as decided by the Directorate of Insurance) so as to provide adequate
insurance cover for execution of the awarded contract work for total
contract value and complete contract period compulsorily from the :
Directorate of Insurance, Maharashtra State, Mumbai “ Its postal
address for correspondence is “ 264, MHADA, First Floor, Opp.
Kalanagar, Bandra (E), Mumbai-400 051”. (Telephone Nos. 2659 0403/

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 60

2659 0690 and Fax No’s. 2659 2461/ 2659 0403). Similarly all workmen’s
appointed to complete the contract work are required to be insured
under workmen’s compensation Insurance Policy, Insurance Policy /
Policies taken out from any other Company will not be accepted. If the
above condition regarding insurance policy is not complied, then
recovery at the rate 1% of tender amount shall be made through R.A.
Bills.
ii) If completion period of work is Extended, then period of work
Insurance must be renewed / Extended as per requirement.
Clause 57–
As per building and other construction workers (Resolution of
employment and condition of service) act 1996 and The building and
other construction workers welfarecess act 1996 and Government of
Maharashtra resolution no. BCA 2009/C.No.108/Labour A, Dated
17.06.2010 cess of 1% on cost of work shall be recovered from bills
payable to the Bidder.
Clause 58–
(For costing more than One corer)
To ensure the specified quality of work which will also include necessary
surveys, temporary works etc., Bidder shall prepare a quality assurance
plan and get the same approved from the City Engineer within one
month from the date of work order. For this, Bidder shall submit an
organization chart of his technical personnel to be deployed on the work
along with their qualifications, job descriptions defining the functions of
reporting, supervising, inspecting and approving. The Bidder shall also
submit a list of tools, equipment’s and the machinery and
instrumentation which he proposes to use for the construction and for
testing in the field and / or in the laboratory and monitoring. The Bidder
shall modify / supplement the organization chart and the list of
machinery, equipment etc. as per the direction of the City Engineer and
shall deploy the personnel and equipment on the field as per the
approved chart and list respectively. The Bidder shall submit written
method statements detailing his exact proposals of execution of the
work in accordance with the specifications. He will have to get these
approved from the City engineer. The quality of the work shall be
properly documented through certificate, records, check- lists and log
books of results etc. Such records shall be compiled from the beginning
of the work and be continuously updated and supplemented and this
will be the responsibility of the Bidder. The forms should be got
approved from the City Engineer. Where the work is to be done on lump
sums basis on Bidder’s design, the Bidder shall also prepare and submit
a maintenance manual giving procedure for maintenance, with the
periodicity of maintenance of works including inspections, tools and
equipment’s to be used, means of accessibility for all parts of the
structure. He shall also include in the manual, the specifications for
maintenance work that would be appropriate for his design and
technique of construction. This manual shall be submitted within the
contract period.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 61

GENERAL CONDITIONS

1. The rates quoted by the Bidder include clearance of site prior to commencement of
work and at its close, in all respect and whole good for work under all conditions, site,
moisture, weather etc.

2. The demarcation or fixing of alignment etc. shall at all times be done by the Bidder
and he shall provide all labour and material for such demarcation, checking it at all time
till the completion of the work. This shall be done at the Bidders cost.

3. The Bidder shall have to make all necessary arrangements for regulating traffic day
and night during the period of the construction. The Bidder shall have to provide
necessary caution boards, barricades, flag red lights, night watchman, traffic regulators
etc. so as to comply with the latest motor vehicles rules and regulations. The Bidder shall
make his own arrangements to construct and maintain the diversion to facilitate the
passage of traffic as per instruction of the City Engineer, if not provided in the tender
separately.

4. Before starting of any important item, the Bidder should take prior permission in
writing at least four days before from the City Engineer.

5. A work order book shall be maintained at the work site by the Bidder and the Bidder
or his authorized representative will see the order book and sign it when the instructions
are given. Failure to see the order book, or to sign, will be no excuse for not attending to
the order or remarks. Non-compliance of remarks to the satisfaction of the City
Engineer, who gave in writing orders or remarks, shall lead to total rejection of work and
the payment being suspended arbitrarily and shall not be modified by any subsequent
representations against the action.

6. Watering will be carried through daytime without any break during lunch break and
to the entire satisfaction of the City Engineer or supervision staff. All tools and plants
required for proper watering to any height will be used by the Bidder without any extra
charges for the same.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 62

ADDITIONAL CONDITIONS OF WORK


Successful Bidder will have to obtain Qualitative testing report of material used
for construction time to time from Government Department laboratory with
prescribed testing methods given in State schedule of rates or as per orders of
Department.
Conditional tenders are liable for rejection.
Responsibility of payment of Government dues or taxes or any type of payment
payable to Government at time of constructions as well as in future lies with
Successful Bidder.
Please note that price variation clause is not included in tender as well as in
agreement of work, therefore successful tenderer is not entitled for any type of
Escalation or any type of compensation for any reasons.
Bidder will have to follow all IRC, MOST, standards or any other standards
applicable for construction of work.
Bidder shall have to submit stage wise photographs of site of work in 2 Copies at
the time of submission of bills. The stages areas, i. Before start of work, ii. During
the construction of work, iii. After completion of work.
Technical audit of said work will be conducted by Government departments as
prescribed in particular resolutions about work. The Fees of said audit shall be
paid by Bidder and same fees will be reimbursed by Jalgaon city municipal
corporation Jalgaon in the payment of final Bills. If during such audit any
objections made by technical auditor, then Bidder will have to complete such
repairs at own cost till technical auditor satisfaction of works.
Every running bill amount should be 10% of Total Tender amount or Rupees
25,00,000/- whichever maximum.
This is only a standard form Details are to be furnished in this format in the form
of type written statements which shall be scanned enclosed in envelope No.1
duly singed.
The Documentary proof of having own machinery should also be scanned and
submitted with this statement in original only.
Lab – For Field Testing Laboratory Field Laboratory shall be set up as per
Annexure 1800.1 of MORD Book of Specifications for Rural Roads.
Bank Certificate
Bidder Should be provide certificate of Geo – Tagging in APPENDIX - L
Format and while submitting tender it is assumed that the bidder carefully
visited the said work site.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 63

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 64

Additional General Conditions for submitting documents while bidding

1. Own machinery:- bidder should submit machinery ownership documents(


R.C. Book, Purchase Bill)
2. Hired Machinery :- In case of hired machinery ,bidder should produce
Registered agreement between owner and bidder before submission of
tender.
3. The bidder should submit the documents of similar type of work only with
concerned work Only.
4. The bidder should submit the list of “work in hand” on is letter head for “B”
(In Bid Capacity Formula) with details from concern department.
5. The bidder should submit the necessary document index wise only

INDEX

A. Machinery
Name Own /hired Make Page no.
1
2
3

B. Similar Type of Work


Work Name Amount Page No.
1
2
3

C. Work in hand
Work Name Department Work Year Balance work
order amount
amount
1
2
3

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 65

STATEMENT – I

STATEMENT OF LIST OF WORKS IN HAND AND WORKS TENDERED


FOR AS ON LAST DATE OF SUBMISSION OF THIS TENDER.
NAME OF BIDDER :
(i) WORKS IN HAND
Sr. Name Agreement Tendered Date of Stipulate Value Value of Probable Remarks
no of No. Amount commencement d date of of work Balance date of
Work completion. already work to completion.
done. be
executed
in
Next 06
(Six)
months.
1 2 3 4 5 6 7 8 9 10

SAMPLE FORM

(ii) WORKS TENDERED FOR


Name Name and Time Probable date Other
Sr. Tendered
of Address of limit when decisionis relevant
No. Amount.
work Client. expected details, if
1 2 3 4 5 6 7

SAMPLE FORM

Note : 1) This is only a standard form. Details are to be furnished in this format in the
form of type written statements which shall be Scanned enclosed in envelope
No.1 duly singed.
2) The documentary proof of work in hand/ works tendered for should be
submitted in original only.

Signature of Bidder.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 66

STATEMENT – II

STATEMENT SHOWING THE DETAILS OF OWN /HIRE MACHINERY


IMMEDIATELY AVAILABLE WITH TENDERER FOR THIS WORK.

NAME OF BIDDER :

Present
Sr. Name of No. of Kind and Capacity Age and
Location Remarks
No equipment Units make condition.
1 2 3 4 5 6 7 8

SAMPLE FORM

The Bidder must own or Hire aforesaid machinery and be actually in his
possession at the time of submission of tender.
Sr. No Name of Machinery Minimum Number of units
1 Static Roller 8 to 10 Tonne / smooth wheeled Power roller. 1 Number Owned / Hired
2 Tippers / Truck / Tractors 1 Number Owned / Hired
3 Water Tanker (5000 Liters) 1 Number Owned / Hired
4 Concrete mixer of capacity with way batcher 1 Number Owned / Hired
5 Sand screening cum washing unit electrically or diesel 1 Number Owned / Hired
operate of 4/6 cub mtr. per hours capacity.

Note : 1) This is only a standard form. Details are to be furnished in this format in
the form of type written statements which shall be scanned enclosed in
envelope No.1 duly singed.
2) The documentary proof of having own machinery should also be
scanned and submitted with this statement in original only.

Signature of Bidder.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 67

STATEMENT - III
STATEMENT SHOWING THE DETAILS OF ONE WORK OF SIMILAR
TYPE AND MAGNITUDE CARRIED OUT BY THE BIDDER
DURING LAST FIVE YEARS.
( i.e. 2015-2016, 2016-2017, 2017-2018, 2018-2019, 2019-2020, 2020-
2021 and 2021-2022)
NAME OF BIDDER :
Name and
address of the Agreement Date of Total Actual Remarks
Tend
SR NAME OF organization Place No. comm Cost of date of (Principal
ered
NO WORK for whom the And country and encem work comple features
cost.
work was Date. ent done. tion in brief.)
done.
1 2 3 4 5 6 7 8 9 10

SAMPLE FORM

Note :This is only a standard form. Details are to be furnished in this format in the
form of type written statements which shall be scanned enclosed in envelope
No.1 duly signed. The documentary proof of similar type of work done and
magnitude should also be scanned and submitted with statement in original
only.

Signature of Bidder.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 68

STATEMENT - IV
STATEMENT SHOWING THE DETAILS OF TECHNICAL PERSONNEL
AVAILABLE WITH BIDDER WHICH CAN BE SPARED EXCLUSIVELY
FOR THIS WORK.

NAME OF BIDDER :

Professional Period
Whether
Experience for which
Sr. Name of Qualification working
Designation of execution the remark
No Person in field or
of similar person is
in office.
works. working
1 2 3 4 5 6 7 8

SAMPLE FORM

Note :This is only a standard form. Details are to be furnished in this format in
the form of type written statements, which shall be scanned enclosed in
envelope No.1 duly signed. The documentary proof of his Technical
persons should also be scanned and submitted with this statement in
original only.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 69

STATEMENT - V
STATEMENT SHOWING WORK DONE IN ALL CLASSES OF CIVIL
ENGINEERING CONSTRUCTION WORKS DURING LAST FIVE YEARS.

NAME OF BIDDER :

Amount of work done during each of last Amount


Five years of
Amount
Sr Name Date of work still Remarks
put to Agreement
no of work comm. 2018- 2019- 2020- 2021- 2022- remaining
tender
2019 2020 21 22 23 to be
executed.
1 2 3 4 5 6 7 8 9 10 11 12

Out ward No. and date of certificate issuing authority:

Note :This is only a standard form. Details are to be furnished in this format in the form of
type written statements, which shall be scanned enclosed in envelope No.1 duly
signed. The documentary proof of work done with whom Bidder executed should also
be scanned and submitted with this statement in original only.

STATEMENT - VI
STATEMENT SHOWING QUANTITIES OF WORK EXECUTED IN ANY ONE YEAR
DURING LAST SEVEN YEARS.
NAME OF BIDDER :
Sr no Year remark
1 2 3 4 5 6
2019-20
2020-21
2021-22
2022-23 SAMPLE FORM
2023-24

Out ward No. and date of certificate issuing authority:

Note :This is only a standard form. Details are to be furnished in this format in the form
of type written statements, which shall be scanned enclosed in envelope No.1
duly signed. The documentary proof of Quantity executed with whom work
executed should also be scanned and submitted with this statement in original
only.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 70

BID CAPACITY of tenderer:( Eligible if more than bid value)


Calculations
Work in hand duly certified by Authority बाबतची
कागदप के ( for value of B)

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 71

GENERAL SPECIFICTIONS
1. Examination plans and locations–
Statements as to the conditions under which the work is to be performed
including plans, survey measurements, dimensions, calculations, estimates,
bearing etc. are made solely to furnish basis of comparison of tenders and the
Corporation does not guarantee or represent that they are even approximately
correct. The Bidder must satisfy himself by his own investigation and research
regarding all conditions affecting the work to be done and labour and materials
needed and make his bid in sole reliance thereon.
2. Co-ordination of specification plans and special provisions –
The standard specifications, the Plans and special provisions, and all
supplementary documents are essential parts of the contract and are
requirement occurring in it as binding as though occurring in all. They are
intended to be co-operative to describe and provide for a complete work in case
of disagreement, the Plans shall have precedence over the standard
specification and the special provision shall govern over both the Plans and the
standard specifications figures, dimensions shall govern over scaled dimensions.
In any case such varieties should be finally decided by the City Engineer.
3. Inspection of work and materials –
i) The Engineer and employees of the Corporation may for any purpose enter
upon the work and premises used by the Bidder, and the Bidder shall provide
safe and proper facilities thereof.
ii) Inspection of the workers payment thereof shall not relieve the Bidder of
any of his obligation to fulfill terms of the Contract as herein prescribed by the
plans and the specifications and other conditions.
iii) The Bidder shall furnish the City Engineer or his authorized representative
with every reasonable facility and assistance for ascertaining whether or not the
work as performed is in accordance with the requirement and instruction of the
Plans and Specifications. If so directed the Bidder shall at any time before or
after execution of the work remove or uncover any portions of the finished work
considered necessary for fresh inspection at his own cost. After the inspection
the Bidder shall restore said portion of the work to the condition required by the
Specification at his own cost.
The Bidder shall furnish written information sufficiently in advance to the
Engineer stating the regional sources of supply and date of manufacture of all
materials brought or manufactured away from the actual site of the work
In order to ensure a proper time sequence for required inspection of an
approval, this information shall be furnished generally 4 weeks or at least two
weeks in advance of the use of incorporation in the work of any such material.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 72

4. Samples and tests –


Tests of material will be made regularly and also whenever specifically called
upon by Jalgaon city municipal corporation, Jalgaon, The Bidder shall furnish
such facilities as the Engineer may require for collection and forwarding samples
and if some directed shall not make use of or incorporation in work any
materials represented by samples until the required tests have been made and
the materials are considered accepted. The Bidder in all cases shall furnish the
required sample without charges and also bear the testing charges including
conveyance of test samples to laboratory and back etc.
5. Testing of materials –
All materials to be used on works such as cement, metal, concrete, TMT
reinforcement or structural steel, TMT steel etc. shall comply with the
requirements of the City Engineer and shall pass the same for analysis required
by him, which will be those specified by the Indian Road Congress for items
concerned and as specified by the Indian Road Congress standards Specifications
or Indian Standard, whichever and however applicable or of such recognized
specifications as authorized specification such requirement tests and or analysis
as may be specified by the City Engineer.
The Bidder shall at his risk and cost make all arrangements and shall provide for
all such facilities as the Engineer may require for collecting, preparing and
forwarding required number of samples for tests or for analysis at such time and
to such place or places as may be as directed by the City Engineer.
The Bidder shall, if and when required, submit samples of materials which are to
be tested or analyzed and if so directed shall not make use of or incorporate on
the work any materials to be represented by the samples until required tests or
analysis have been made and the materials accepted by the City Engineer.
The site of the proposed work is indicated on drawing. The exact position must
be set out and lined by the Bidder at his own to the approval of the City
Engineer before commencement of work. The same shall be carefully preserved
if necessary during execution.
6. Testing of superstructure –
If there are reasonable doubts as to the quality of workmanship or of materials
in the construction, the City Engineer, on the recommendation of the City
Engineer may order the Bidder to satisfy the Corporation by carrying out
suitable load test or tests of the structure parts hereof in the manner as may be
approved by him. In the event of insufficiency being noticed as the load test or
tests and dismantling and reconstruction or strengthening where necessary as
above shall be carried out by the Bidder entirely at his risk and cost and to the
entire satisfaction of the City Engineer and till then the work shall not be
considered to have been completed.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 73

7. Rate analysis –
Bidder shall supply the rate analysis when the question of extra items arises. In
case of extra items the Bidder shall invariably supply rate analysis, based on
labour and materials along with quotations in support of the rates. Bidder only
shall start the work of extra items, if only competent authority is approved these
extra items in written.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 74

Name of work : - Construction of RCC Gutter and slab culverts on road


crossings at proper locations in Kanchan Nagar area of
Ward No.02

SCHEDULE – A
Schedule showing (approximately) the materials to be supplied from Jalgaon city
municipal corporation, Jalgaon Store for work to be executed and preliminary and
ancillary works and the rates at which they are to charge for work based on
departmental design.
Sr. Particulars Quantity Unit Rate Place of
In figure In words Delivery
NIL
Note - The person or firm submitting the tender should see that the rates in the above
schedule are filled by the City Engineer on the issue of the form prior to the submission
of the tender.
1) All materials in Schedule ‘A’ as may be required for the work shall be taken from the
Department only. Outside materials in lieu of those mentioned in schedule ‘A’ shall not
be allowed partially or fully prior to approval of the City Engineer.

2) The Bidder shall have to construct a shed for storing controlled and valuable
materials issued to him, under schedule ‘A’ of agreement on work site having double
locking arrangement. The material will be taken for the use in presence of Department
persons. No material will be allowed to be removed from the site of the work.

3) Unused controlled material shall be returned by the Bidder on completion of work,


subject to prior approval of the corporation Engineer in items of clause No. 2 of the
agreement. In case of failure to do so the Bidder shall pay cost of unused controlled
materials at double rates at which these materials were issued to him. And the Bidder
shall be liable to pay GST and General tax as applicable on the value of such surplus
materials, to the corporation.

4) All materials will be available for the delivery during hours to be arranged mutually
by Bidder between himself and the storekeeper or the City Engineer from time to time.
5) The Bidder must give an account of all materials used by him. The materials that
cannot be accounted for will be recovered from him as per rates decided by Competent
Authority.
6) The quantities noted in Schedule ‘A’ are only approximate and may vary accordingly
to actual and bonafide use.
7) The Bidder shall furnish account of material issued and consumed by replacing
further demands from the Corporation and furnish full account of materials issued to
him. On completion of the work he shall return all surplus materials to the Corporation.
In case of failure of returning, recovery at the rate of twice the rate will be affected from
the Bidder.
8) GST Tax and General Tax as per Government rates shall be recovered from the
Bidder over the cost of the surplus materials unreturned.
9) Issue rate of the material are inclusive of GST Tax and General Tax.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
Page No. 75

SCHEDULE – B

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
G:\MAHATENDER\NEW ANKUSH TENDER ALL DOC\BHANDHAKAM DEPARTMENT\2024-25\Kailas Chaudhari\DPDC TENDER 2024-25\Tender Notice No.548\Tenderform548.docx

SHCEDULE –B -
JALGAON MUNICIPAL CORPORATION JALGAON
Construction of RCC Gutter and slab culverts on road crossings at proper locations in
NAME OF WORK:-
Kanchan Nagar area of Ward No.02
ITEM
S.N. ITEM Qty. RATE UNIT AMOUNT
CODE
Excavation for foundation in earth, soil of all types, sand, gravel and soft murum, including removing the
excavated material up to a distance of 50 m. beyond the building area and stacking and spreading as
1. 21.02 directed, dewatering, preparing the bed for the foundation and necessary back filling, ramming, watering
475.07 215.18 Cum 102225.56
including shoring and strutting etc. complete. (Lift upto 1.5 m.) By Mechanical Means

Providing and laying in situ cement concrete of 1:4:8 proportion with trap/ granite/ quartzite/ gneiss metal
in foundation including necessary form work, compacting and curing etc. complete. (with reversible drum
2. 11.04 type mixer with SCADA with fine agreegates of required specifications (Natural sand / VSI sand finely
36.21 6485.41 Cum 234836.70
washed etc )

Providing and laying in situ / ready mix M-15 plain cement concrete of trap /granite/quartzite/ gneiss metal
for cast in citu piers, abutment, returns, wings etc. including provision of "V" shaped false joints to form
suitable panels on the faces to approve design with compacting by vibrating and curing complete,
including plywood/steel form work centering ( excluding dewatering by means of pump) and
including bailling out water and curing finishing in CM 1:3 etc. complete. as directed by engineer in
charge basic rate shall be increased for height above 5.00 m in followinh manners

(a) Height upto 5 M. (With Concrete Mixer)With fine agreegates of required specifications ( VSI sand
3. 17.38 197.25 8363.47 Cum 1649694.46
finely washed etc )

i) Height up to 5 m, normal rate.

ii) Height 5 to 7.50 m, add 5 percent extra over basic rate.

iii) Height 7.50 to 10 m, 7.50 percent extra.

iv) Over 10 m Height, add 10 percent extra for every 2.50m rise.

Signature of Bidder Commissioner,


Jalgaon City Municipal Corporation, Jalgaon
G:\MAHATENDER\NEW ANKUSH TENDER ALL DOC\BHANDHAKAM DEPARTMENT\2024-25\Kailas Chaudhari\DPDC TENDER 2024-25\Tender Notice No.548\Tenderform548.docx
Providing and laying in situ / ready mix M-20 cement concrete of trap /granite /quartzite /gneiss metal for
approach slab / Rigid pavement including compacting, finishing, curing etc. complete. (excluding
4. 11.25 reinforcement) (with reversible drum type mixer/ concrete batch mix plant (pan mixer) with SCADA with
5.54 8057.86 Cum 44640.54
fine agreegates of required specifications ( Natural / VSI sand finely washed etc ), cement 6.40 bags/cumt)

Providing, cutting, bending, hooking, tying and laying in position TMT FE 500 steel bars for
5. 14.01 reinforcement for all RCC works as per detailed drawings etc. complete.
4.09 91830.47 M.T. 375586.62

6. C-1 Carrage of excavated materials 475.07 195.00 Cum 92638.65

Total:- 2499622.53

Total Say:- 24,99,623.00

Note The cost of work Put in Tender is exclusive of Government Taxes such as GST, Labour Insurance, Royalty Charges, Testing charges The Tax Amount (GST
& Labour Insurance, Royalty Charges, Testing charges) will be Included in the work order as per The Tax Amount (GST & Labour Insurance, Royalty
Charges, Testing charges) will be paid as per sanctioned Estimate &the same will be in corporate in work order.

Signature Not Verified


Signature of Bidder Commissioner,
Digitally
Jalgaon City Municipal signedJalgaon
Corporation, by ANKUSH SUDHAKAR GAWAI
Date: 2024.09.30 11:31:34 IST
Location: Maharashtra-MH

You might also like